|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 8,1997 PSA#1757USAED, SACRAMENTO, ATTN: A-E NEGOTIATIONS SECTION, 1325 J STREET ROOM
1079, SACRAMENTO CA 95814-2922 C -- POTENTIAL FIXED PRICE CONTRACT FOR DESIGN/ADDITION AND ALTERATION
OF VARIOUS HEADQUARTERS FACILITIES AND ADMINISTRATIVE FACILITIES IN
SUPPORT OF THE SACRAMENTO DISTRICE PROGRAM. SOL DACA05-97-R-0011 DUE
012197 POC Mr. Ken Parkinson, Unit Leader, A-E Negotiations Unit, (916)
557-7470. Contracting Officer Judith Grant (Site Code DACA05) 1.
CONTRACT INFORMATION: Work and services may consist of the design for
various headquarters/administrative type facilities in support of the
Sacramento District's assigned military design program in various
fiscal years. The projects may generally e in the states of CA, AZ, NV
and UT. This may be the only announcement which may lead to the award
of A-E contracts for the design of headquarters/administrative
facilities projects for the Sacramento District during the next 12
months. A separate firm- fxed-price contract will be negotiated and
awarded for each project. A list of at least three firms will be
selected. When a design authorization for the first project of this
type is received, negotiations will begin with the top ranked firm.
When an authorization is received for a subsequent project, or if
negotiations with a firm for a project are unsuccessful, negotiations
will begin with the next ranked firmthat has not been offered a project
for negotiation. If the list of ranked firms is exhausted, the
negotiation cycle will begin again with the top ranked firm. If the
performance of a firm is less than average, the firm will not be
considered for added wor during the cycle. None of the projects have
been authorized for design and funds are not presently available for
any contracts. This announcement is open to all businesses regardless
of size. All interested Architect-Engineers are reminded that in
accordance with the provisions of PL 95-507, they will be expected to
place subcontracts to the maximum practicable extent consistent with
the efficient performane of the contract with small and small
disadvantaged firms. If a large business is selected, it must comply
with FAR 52-219.9 regarding the requirement for a subcontracting plan
on that part of the work it plans to subcontract. The following
subcontractinggoals are the minimal acceptable goals to be included in
the subcontracting plan. Of the subcontracted work, 55% to small
business, 8.5% to small disadvantaged business (subset of small
business), and 3.0% to woman-owned small businesses (subset of small
business). The contractor shall be responsible for design and drawings
using computer-aided design and drafting (CADD) and delivering the
three- dimensional drawngs in Autodesk AutoCAD CADD software, release
12, MS-DOS, version 6.2 using Windows 3.1, electronic digital format.
The Government will only accept the final product for full operation,
without conversion or reformatting, in the Autodesk AutoCAD release 1
format, and on the target platform specified herein. The target
platform is a 486 DX, with DOS version 6.2 operating system with
Windows 3.1. Drawings produced by scanning drawings of record or
containing photographic images shall be delivered in a raster format
compatible with the target platform AutoCAD electronic digital format.
Drawing files shall also be delivered in Computer-aided Acquisiton and
Logistic Support (CALS) electronic digital format; the specifications
will be produced either in SPECS INTACT with Standard Generalized
Markup Language (SGML) or other word processing program compatible with
WordPerfect 6.1 using the Corps of Enginers Military Construction Guide
Specifications. Specification files shall also be delivered in
PostScript electronic digital format; responding firms must show
computer and modem capability for accessing the Criteria Bulletin Board
System (CBBS) and the Automated Review Management System (ARMS). The
firms selected for these contracts will be required to submit a
detailed subcontracting plan at a later date. f the selected firms
submit a plan with lesser goals, it must submit written rationale of
why the above goals were not met. A detailed plan is not required to be
submitted with the SF 255; however, the plans to do so should be
specified in Block 10 of the F 255. This work will include all
architectural-engineering (A-E) and related services necessary to
complete the design, and A-E services during the construction phase for
these projects. 2. PROJECT INFORMATION: These contracts may include the
design of office space, automated data processing (ADP) areas,
training/conference space, special purpose and file areas, restroom,
breakrooms, supply storage aras and information systems. Support
facilities may include mechanical and electrical systems, HVAC, fire
detection/protection, life safety, information systems, paved parking
areas, landscaping, outside utilities, handicap access and functional
floor plans If demolition of existing facilities is required, the
design effort with documents developed for asbestos and/or lead based
paint removal may be required. An interactive design charrette process
for data gathering may be utilized. These projects may be designed
using the metric system of measurement and responding firms shall
indicate relevant metric design experience in block 8. The estimated
construction csts per project range from $1,000,000 to approximately
$10,000,000. 3. SELECTION CRITERIA: See Note 24 for general selection
process. The selection criteria are listed below in descending order of
importance. Criteria a through d are primary. Criteria e though g are
secondary and will only be used as tie-breakers among technically equal
firms. a. Specialized experience and technical competence in (1) Design
and renovation of administrative facilities as described above. b. Past
performance on DOD and other contracts with respect to cost control,
quality of work and compliance with performance schedules. c. Qualified
professional personnel in the followng key disciplines: Project
Manager, Architecture, Landscape Architecture, Civil, Electrical,
Mechanical, Fire Protection, Structural Engineers, Cost Estimating, and
Certified Industrial Hygienist. The evaluation will consider education,
training, registraion, overall relevant experience and longevity with
the firm. d. Capacity of firm to accomplish work in the required time
frame including professional qualifications of firm s staff and
consultants to be assigned to the projects pertinent to that required
for these projects. The breadth and size of a firm willbe considered to
match the complexity/simplicity of the expected projects. e. Volume of
DoD conract awards in the last 12 months as described below. f.
Location of the firm in the general geographical area of the Sacramento
District s area of responsibility. g. Extent of participation of small
business, small disadvantaged business, woman owned smal business,
historically black colleges and universities or minority institutions
in the proposed contract team, measured as a percentage of the total
estimated effort. 4. SUBMISSION REQUIREMENTS: See Note 24 for general
submission requirements. Interested Architect-Engineer firms having the
capabilities to perform this work are invited to submit ONE (1)
completed SF 255 (11/92 edition) US Government Architect-Engneer and
Related Services Questionnaire for Specific Project for themselves and
ONE (1) completed of SF 254 (11/92 edition) for themselves and one for
each of their subcontractors to the office shown above, ATTN: A-E
Negotiations Unit. In block 7 of the SF255 provide resumes for all key
team members, whether with the prime firm or a subcontractor; list
specific project experience for key team members; and indicate the team
members role on each listed project (project manager, architect, design
engineer, etc.) In block 9 of the SF 255, responding firms must
indicate the number and amount of fees awarded on DoD (Army, Navy, and
Air Force) contracts duringthe 12 months prior to this notice,
including change orders and supplemental agreements for the submitting
office only. In block 10 of the SF 255, provide the design quality
management plan and organization chart for the proposed team. A task
specific qualty control plan must be prepared and approved by the
government as a condition of contract award, but is not required with
this submission. Responses received by the close of business (4:30 pm)
on the closing date will be considered for selection. If the closing
date is a Saturday, Sunday or Federal Holiday, the deadline is the
close of business on the next business day. No other notification will
be mae and no further action is required. Solicitation packages are
not provided for A-E contracts. This is not a request for proposals.
All responsible sources may submit the required SF 255 and SF 254 which
shall be considered by the agency. See Numbered Note 24 and 26. (0006) Loren Data Corp. http://www.ld.com (SYN# 0011 19970108\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|