|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 10,1997 PSA#1759US ARMY, CORPS OF ENGINEERS, SEATTLE DISTRICT, PO BOX 3755, SEATTLE WA
98124-3755 C -- A-E SELECTION FOR DESIGN SERVICES FOR VARIOUS AIR FORCE LIGHT
INDUSTRIAL-MAINTENANCE FACILITIES AND HANGAR FACILITIES, VARIOUS
LOCATIONS, SEATTLE DISTRICT SOL DACA67-97-R-0023 DUE 012897 POC
Contract Specialist Grant J Furulie (206) 764-6713 (Site Code DACA67)
This is an advance selection of at least two but up to three A-E's in
anticipation of upcoming projects. Work and services may consist of the
design for various types of Air Force light industrial-maintenance type
facilities to include warehouse faciities, maintenance shops and Flight
Simulators, Training and Avionics facilities and alteration of Hangar
facilities. These are in support of the Seattle District's assigned
military design program in various fiscal years. An option for
construction suppor services, such as drawing and submittal review and
assistance with balancing HVAC systems may be included in each
contract. The projects will generally be in the states of Washington,
Oregon, Idaho and Montana. This will be the only announcement for the
design of light industrial-maintenance and hangar facilities for the
Seattle District during the next 12 months, unless a project is
identified during that timeframe which has significantly different
features from what is described below. The selection will remain open
for 12 months after the date the selection is approved. A separate
firm-fixed-price contract will be negotiated and awarded for each
project. Whena design authorization for the first project of this type
is received, negotiations will begin with the top ranked firm. When
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 firm that has not been offered a project for
negotiation. If the list of ranked firms is exhausted, the negotiation
cycle ill begin again with the top ranked firm. None of the projects
have been authorized for design and funds are not presently available
regardless of size. All interested A-E's are reminded that in
accordance with the provisions of PL 100-180, PL 95-507 and P 99-661,
they will be expected to 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
for a contract, it must comply with the FAR 52.219-9 clause regarding
the requirement for a subcontracting plan on that part of the work it
intends to subcontract. Of the work to be subcontractd it is
recommended that 50 percent of the total planned subcontracting dollars
be placed with Small Business (SB) concerns, 8 percent with Small
Disadvantaged Businesses (SDB), or Historically Black Colleges and
Universities or Minority Institutions, and percent to Women-Owned Small
Businesses (WOSB's). WOSB's may not qualify as SDBs for federal
contracts. A firm that submits a plan with lesser goals must submit
written rationale to support goals submitted. The detailed plan is not
required to be submitted with SF 255 but will be prepared for each
contract prior to award. However, this eventual requirement should be
taken into consideration when assembing the teams for the SF 255. This
work will include all architectural-engineering and related services
necessary to complete the design, and related services during
construction for these projects. PROJECT INFORMATION: These contracts
may include the desin of new or alteration of old facilities for flight
simulators, maintenance-repair facilities, Squad Ops facilities,
Hangars, administration spaces, avionics facilities, storage, interior
security features and computer rooms. The facilities may also include
fire sprinkler systems, site improvements, utility connections,
electrical, heat, air conditioning, communication, fencing and paving.
some projects may reqire design in the metric system. Firms must be
able to accept project related work that requires comprehensive
asbestos-lead surveys and provide a design that will support the
removal, demolition and disposal of these and other hazardous materials
in accorance with applicable laws and regulations. Firms must also have
the capability to deal with corrosion protection design (NACE
certified), be knowledgeable of possible environmental issues and
construction-operational permitting and have access to surveying and
geo-technical disciplines. Partnering on some projects may be required.
The estimated construction costs per project range from $1,000,000 to
$20,000,00. The selected A-E's will be required to provide drawings on
mylar as well as electronic data and-or compatible with vectorized
Autocad format (latest version). SELECTION CRITERIA: The selection
criteria are listed below in descending order of importance(first by
major criterion and then by each sub-criterion). Criteria a-d are
primary. Criteria e-g are secondary and will only be used as
"tie-breakers" among technically equal firms. a.) Specialized recent
experience in the required work and technical competence in Design of
new and alteration of light industrial and maintenance type projects
utilizing Air Force criteria. b.) Qualified professional personel in
the following key disciplines: project management, architecture,
electrical, mechanical, civil, structural and estimating; certified
industrial hygienist; and corrosion engineering and fire protection.
c.) Past performance of DoD and other contracts ith respect to cost
control, quality of work, compliance with performance schedules and
ease of negotiations. d.) Capability of the firm to accomplish work in
the required time frame including professional qualifications of
firm's staff and consultants to be assigned to the projects which are
necessary for satisfactory performance in the required services. The
breadth and size of a firm will be considere to match the
complexity-simplicity of the proposed project. e.) Volume of DoD
contract awards in the last 12 months. f.) Geographic proximity to the
Seattle District boundaries. g.) Participation of small businesses,
small disadvantaged businesses, historcally black colleges and
universities and minority institutions measured as a percentage of
estimated effort. SUBMITTAL REQUIREMENTS: Architect-Engineer firms
having capabilities to perform this work are invited to submit one
completed Standard Form 255, US Government Architect-Engineer and
Related Services Questionnaire for Specific Project, and one completed
SF 254 for themselves and each subcontractor t the office shown above.
In Block 7 of the SF 255, provide resumes for all key team members,
whether with the prime firm or subcontractor. In Block 9 of the SF 255,
responding firms must indicate the number and amount of DoD (Army,
Navy, Air Force) contracs awarded in the 12 months prior to this
notice, including change orders and supplemental agreements. In Block
10 of the SF 255, respond to each criteria and describe the firm's
quality control plan including coordination of subcontractors. No other
notification to the firms under consideration for this project will be
made and no further action is required. All responsible sources may
submit the rquired SF 254 and 255 which shall be considered by the
agency. This is not a request for proposal. SIC Code is 8711.
Submittals are due by 3:00 P.M., Local Time 28 Jan 97, to be considered
for selection. (0008) Loren Data Corp. http://www.ld.com (SYN# 0012 19970110\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|