Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 10,1997 PSA#1759

US 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