|
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 DORMITORIES/ENLISTED BARRACKS/BASE OFFICERS QUARTERS IN SUPPORT OF
THE SACRAMENTO DISTRICT PROGRAM. SOL DACA05-97-R-0012 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
dormitory type projects including dormitories, enlisted barracks, base
officer quarters and dining facilities in support of the Sacramento
District s assigned military dsign program in various fiscal years. The
projects may generally be 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 dormitories/enlisted barracks/base officer
quarters/dinng facilities projects for the Sacramento District during
the next 12 months. A separate firm-fixed-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 wih a firm for a project are unsuccessful, negotiations
will begin with the next ranked firm that 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 th
performance of a firm is less than average, the firm will not be
considered for added work 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 t
place subcontracts to the maximum practicable extent consistent with
the efficient performance 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 subcntracting plan on
that part of the work it plans to subcontract. The following
subcontracting goals 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 desin and drawings
using computer-aided design and drafting (CADD) and delivering the
three-dimensional drawings in Autodesk AutoCAD CADD software, release
12, MS-DOS, version 6.2 using Windows 3.1, electronic digital format.
The Government will only accept th final product for full operation,
without conversion or reformatting, in the Autodesk AutoCAD release 12
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 AuoCAD electronic digital format.
Drawing files shall also be delivered in Computer-aided Acquisition 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 Engineers 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 fo these contracts will be required to submit a detailed
subcontracting plan at a later date. If 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
sbmitted with the SF 255; however, the plans to do so should be
specified in Block 10 of the SF 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 primary living areas which include living room/bedroom,
kitcheette/dining, lavatory room, bedroom and bathroom, maids office,
laundry facility, dayroom, TV rooms, mailroom and janitorial closets.
Dining or food service facilities may be included. Supporting
facilities may include all necessary fire detection and suppession,
HVAC, power and lights, plumbing, parking, alarm systems, site
improvements and landscaping. Additional services may include
comprehensive interior design (CID), topographic surveys and site
investigations. 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 pocess
for data gathering may be utilized. These projects may be designed
using the metric system of measurement and firms shall indicate
relevant metric design experience in block 8. The estimated
construction costs per project range from $1,000,000 to appoximately
$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 through 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 multi-story housing nits 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 following key disciplines:
Project Manager, Architecure, Civil, Electrical, Mechanical, Fire
Protection, Structural and Geotechnical Engineers, Surveying, Cost
Estimating, Interior Design and Certified Industrial Hygienist. The
evaluation will consider education, training, registration, overall
relevant experience and longevity with the firm. d. Capacity of firmto
accomplish work in the required time frame including professional
qualifications of firm s staff and onsultants to be assigned to the
projects pertinent to that required for these projects. The breadth and
size of a firm will be considered to match the complexity/simplicity of
the expected projects. e. Volume of DoD contract awards in the last 12
months a 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 small 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
REQUIREMNTS: 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-Engineer and Related Services
Quesionnaire 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 SF 255 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 ole 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
during the 12 months prior to this noice, 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 quality
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 o 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 made
and no further actionis 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 Notes 24 and 26.
(0006) Loren Data Corp. http://www.ld.com (SYN# 0013 19970108\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|