Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 13,1997 PSA#1782

Department of the Army, Baltimore District, Corps of Engineers, 10 South Howard Street, Room 7000, P.O. Box 1715, Baltimore, MD 21201-1715

C -- MULTIPLE AWARDS FOR IDTC FOR PENTAGON RENOVATION DESIGN AND MANAGEMENT SUPPORT SERVICES, PENTAGON, ARLINGTON COUNTY, VA SOL DACA31-97-R-0021 POC Jean Petty, 410-962-2587 Contract Information: Architect Engineering Services are required for Design and Management Support Services associated with the renovation of the Pentagon, (may include wedge design) Arlington, Virginia and maybe utilized for design services to support other Baltimore District missions. Multiple awards will be made. At least three separate Indefinite Delivery Type Contracts (IDTC) will be awarded. All contracts will be firm fixed price contracts. Each contract will have a two (2) year base period and four (4) two (2) year option periods for a total of ten years. Options may be exercised before the expiration of the base contract period (or preceding option period). The maximum "aggregate" award amount for the total of all of the fixed price contracts will not exceed $120,000,000.00 and the maximum task order will not exceed $10,000,000.00. Each contract's individual minimum guarantee is one task order worth at least $250,000. The maximum individual total contract value for each contract is either $40,000,000 or the cumulative value of all contracts awarded under this solicitation. Individual task orders will be awarded on the subjective determination of the Contracting Officer based on their ability to anticipate customer needs, past performance relative to cost, specific abilities, demonstrated performance and any other factors that the Contracting Officer believes relevant to the award of each new task order. PROJECT INFORMATION: The contract will include, but is not limited to designs and studies for all aspects of the Pentagon renovation and similar type work. Design will include (1) replacement of all building systems, telecommunications, and architectural features (2) interior and exterior historical features, along with surrounding areas (3) lead, asbestos, and other hazardous material abatement, (4) reconfiguration of space (space planning) (5) exterior repairs and landscaping (6) utility and support facilities and swing space relocation design and support activities, (7) utility facilities to include distribution networks. Tasks may consist of complete design, investigations, and construction phase services. Work may include updating prototypical building-wide systems such as HVAC, plumbing, exterior windows, electrical, security, and cable. Management support services may include design review, development of design and construction scheduling and budgeting, preparation and maintenance of as-built drawings on a CADD system, integration of information management technical services, planning of occupant relocation, construction phase services (Title II), preparation of environmental studies, preparation of operation and maintenance manuals for building systems, presentations to review and historical agencies assisting in public affairs and briefing/presentations to high level government and media organizations. The A-E firms selected shall provide all design products in electronic and hard copy formats. The A-E firms shall provide all preliminary, final design, modified and as-built products in Micro station 5.5 3D design file format (DGN). All elements of CADD electronic files must comply with the Pentagon Renovation CADD standards (an adaptation of the Tri-Service AE CADD Standards, produced by the Tri-Service CADD/GIS Technology Center). A-E firms are not required to design or draft using a specific CADD application. However, the A-E firms will be responsible for all digitizing and/or translation needed prior to delivering all CADD deliverables in required 3D (DGN) format. All translated CADD files shall preserve the accuracy, scale and integrity of the original CADD file documents with zero data loss. Furthermore, all translated files shall produce an exact reproduction of the original hard copy deliverables. The selected A-E firms will be provided with the Pentagon Renovation CADD Standards and will be required to show proof of compliance during one of the early CADD submissions. Drawings and specifications for the work will be prepared in metric. (Design and engineering computations may be prepared in English Units but final design and specifications for the work must be prepared in metric.) Selected firms (both prime and subs) will be required to use "US CITIZENS ONLY" on this project. 3. SELECTION CRITERIA: Firms desiring consideration shall submit appropriate data as described in Numbered Notes 24 and 25. In addition to the criteria in Note 24, the selection criteria will include: 1. Large office building rehabilitation design, design standardization for multiple ever changing customers in a high visibility environment, large project management with multiple funding sources, large project coordination, past experience and complexity of work in design investigations. 2. Innovative design and management techniques to accomplish large projects. 3.Experience in obtaining quick approval and limited resubmissions to National Capital Planning Commission (NCPC), Commission of Fine Arts (CFA), DC, and Virginia, Historic Preservation Offices, Advisory Council on Historic Preservation and revitalization of historic structures within the District of Columbia and Virginia. 4. Demonstrated specific examples of management techniques to control cost growth on design (including user requested changes), construction and service contracts. 5. Integration of information technology systems for major facilities and among builders, designers and customer. 6. Past performance to customer satisfaction. 7 Past performance in achieving socio-economic goals on federal contracts. Upon award, firms must establish a local office. The qualifications statement must explain how the local office and other offices will be networked to leverage technical skills and management abilities. A-E firms meeting the requirements described in this announcement are invited to submit an SF 254 and SF 255. Supplemental information requested, must be furnished for prime, joint venture(s) and/or consultants. Be advised that the Baltimore District does not maintain SF 254's at this office. Information must be received within 30 days of the date of this announcement. Submission limitations: Submissions for the AE team (Primes and subs) are limited to 100 pages or less (both sides count as 2 pages) with a minimum font size of ARIAL 12. Firms who have submissions with more than 100 pages will be eliminated. No other general notification to firms under consideration for this project will be made. Small business and small disadvantaged businesses are encouraged to team with other small business and small disadvantaged businesses and large businesses to offer the most highly qualified team to the Government. Subcontracting Plan Requirements: If the selected Architect-Engineer is a large business concern the A-E will be required to submit a subcontracting plan for the base year and option years with their cost proposal. The plan must be consistent with Section 806 (b)(2) of PL 100-180, PL 95-507 and PL99-661. A minimum of 35 % of the total planned subcontracting dollars shall be placed with small business concerns. At least 15 percent of the total planned subcontracting dollars shall be placed with small disadvantaged businesses, to include Historically Black Colleges & Universities or Minority Institutions (HBCU/MI's) and 10% shall be placed with women owned small businesses. POC for technical inquires: Mr. Jeff Snyder, E-mail SNYDER@army.pentagon.mil,(703) 693-7259. (APPROVAL FROM HIGHER HEADQUARTERS IS BEING OBTAINED FOR THE ACQUISITION PLAN) This is not a request for proposal. Please do not request a solicitation package for this project. This is strictly Architect-Engineering, submittal of SF254's and SF255's. (0042)

Loren Data Corp. http://www.ld.com (SYN# 0023 19970213\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page