Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 23,1997 PSA#1852

Department of the Army, Baltimore District, Corps of Engineer, 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715

C -- IDTC FOR CORE & SHELL / MULTIPLE AWARDS PENTAGON RENOVATION TENANT FIT OUT PENTAGON, ARLINGTON COUNTY, VA. SOL DACA31-97-R-0021 POC Contact: Jean Petty (410)962-2587 1. Contract Information: Architect Engineering Services are required for Core and Shell (One Award) and Architect Engineering Services for Tenant Fit Out (Three Awards) associated with the renovation of the Pentagon, Arlington, Virginia. This announcement is a change from the original submittal published in the Commerce Business Daily dated 13 February 97. Location of work will be throughout the Pentagon Reservation its supporting utilities, and spaces outside the Pentagon Reservation associated with the renovations. This announcement contains two separate solicitations. Firms may submit for one or both solicitations. A firm can only be selected for award under one solicitation. Selections will be made concurrently from both solicitations. Firms cannot construct work they have designed. The selection process and award of a contract under this CBD announcement shall be subject to the prohibitions and restrictions of the Federal Acquistion Regulation (FAR), Subpart 9.5, Organizational and Consultant Conflicts of Interest." . Submittal's for the Core and Shell must be specified as DACA31-97-R-0021A. One award will be made under this request. Tenant Fit Out submittals must be specified as DACA31-97-R-0021B. Three awards will be made under this request. All contracts will be indefinite-delivery, with firm fixed price task orders. Each contract will have a five year base period and one five year option period for a total of ten years. Options may be exercised before the expiration of the base contract period. The guaranteed minimum for all contracts is $500,000 for the base period and $250,000 for each option period. The maximum single award amount for the Core & Shell design contract will be $40,000,000 for the base contract and maximum for the option period will be an additional $25,000,000. Maximum task order amount will be $10,000,000. Three contracts will be awarded to complete Tenant Fit-Out design for the remainder of the Pentagon. Maximum aggregate contract value of the three contracts will be $60,000,000. Maximum value for each individual contract would be $30,000,000, subject to the aggregate limitation. Maximum for each contract base period would be $20,000,000 and maximum for the option period would be an additional $10,000,000 per contract. Maximum single task order amount would be $3,000,000. The contracting officer will allocate task orders among the selected firms, based on the following criteria: 1. Performance and quality of deliverables under current indefinite delivery contracts. 2. Current capacity to accomplish the order in the required time. 3. Uniquely specialized experience, and 4. Equitable distribution of specific tenant requirements. In addition to design of the core and shell (DACA31-97R-0021A) or design of the tenant Fit Out (DACA31-97-R-0021B), all of the four contracts may be used for other studies and designs related to the Pentagon renovations, including: (1) replacement of or new design of all building systems, structures, foundations, information management and telecommunications (IM&T) infrastructure, and architectural features (2) design of historical features and presentations to appropriate review agencies (3) lead, asbestos and other hazardous material abatement investigation and design (4) space programming and planning (5) exterior features and landscaping design (6) design of utility distribution networks and supporting facilities (7) occupant relocation and move activities (8) construction phase services (9) design review (10) scheduling and estimating (11) preparation and maintenance of program drawings, studies and other documents including as-built drawings on an automated system with hard copy backup (12) integration of information management and telecommunications services (13) environmental studies (14) preparation of operation and maintenance manuals for building systems (15) design of food service and concession facilities (16) interior design, to include IM&T system (17) development/maintenance of building-wide standards and criteria (18) design of separate facilities such as Pentagon Athletic Club, child development center and concourse/metro center (19) furniture design (20) development procurement documents for the operation and maintenance of building systems. If the selected Architect-Engineer is a large business concern the A-E will be required to submit a subcontracting plan for the base period and option period 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 goal of 35 % of the total planned subcontracting dollars to be placed with small business concerns. At least 15 percent of the total planned subcontracting dollars to be placed with small disadvantaged businesses, to include Historically Black Colleges & Universities or Minority Institutions (HBCU/MI's) and 10% to be placed with women owned small businesses. 2. PROJECT INFORMATION: Core and Shell: (DACA31-97-R-0021A) Core and shell work in common areas will include asbestos removal, demolition, stairs, elevators shafts and elevators, public corridors, plumbing and toilets, electrical systems and electrical closets, fire alarm system, heating, ventilating and air conditioning systems and mechanical rooms, complete build out of the cafeteria, information management and telecommunications (IM&T) backbone and IM&T closets. Core and Shell work in tenant areas will include extension of mechanical, electrical, plumbing and IM&T infrastructure throughout the tenant spaces to include primary ductwork, VAV boxes, perimeter diffuses along exterior walls, and EMS control wiring, and installation of fire sprinkler branch piping and sprinkler head drops, lighting and receptacle power grids, and ceiling grid less intermediate tees. Tenant Fit-Out Work: (DACA31-97-R-0021B) Tenant Fit-Out work will include complete final installation of ceiling panels and tees, office partition walls, casework,. duct taps, flexible duct, diffuses, sprinkler heads, light fixtures and electrical outlets and connection to power grids. IM&T cables and equipment. Other furniture, fixtures and equipment. Make all adjustments/additions to accommodate tenant requirements. 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 A-E 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: Solicitation DACA31-97-R-0021A, Core and Shell Design: The selection criteria for the Core and Shell design contract are listed below in descending order of importance (first by major criteria and then by each sub-criterion). Criteria thru (A-F) are primary. Criteria (G-H) are secondary and will only be used as "tie-breakers" among technically equal firms. A. Specialized experience and technical competence in: (1) Design of core and shell renovation of multi-million dollar office buildings over 70,000 square meters in size, with tenants remaining in the building (2) Design of building rehabilitation that has enhanced the operation and maintenance of the existing facility (3) Producing quality designs based on evaluation of a firm's design quality management plan (DQMP). The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm and any significant subcontractors on similar projects. (4) Surveying, testing, and qualifying friable asbestos and lead based paint in occupied buildings and preparation of plans and specifications for removal and disposal of asbestos and lead paint in occupied buildings. B. Qualified registered professional personnel in the following key disciplines: project management (architect or engineer), mechanical engineering, electrical, structural engineering, certified industrial hygienist, architect and civil engineering. The evaluation will consider education, training, registration overall and relevant experience and longevity with he firm. C. Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. D. Capacity to complete core and shell design of one million square foot of building space in 12 months while simultaneously completing upto twenty studies and/or designs. E. Plan for establishing a local office, to include staffing of the office and how the office will network with other offices in the design team. F. Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. G. Extent of participation of Small Business (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed team. H. Volume of DOD contract awards in the last 12 months as described in CBD Note 24. Solicitation DACA31-97-R-0021B, Tenant Fit Out Design: The selection criteria for Tenant Fit Out designer are listed below in the descending order of importance (first by major criteria andthen by each sub criterion). Criteria A thru F are primary. Criteria G-H are secondary and will only be used as "tie-breakers" among technically equal firms. A. Specialized experience and technical competence in (1) Design of multi-million dollar, multiple tenant, Fit Out designs with at least one design for a Chief Executive Officer (CEO) level of a major organization (2) Achieving tenant buy-in on design requirements and minimizing user requested changes during construction (3) Producing quality designs based on evaluation of a firm's design quality management plan (DQMP). The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm and any significant subcontractor on similar projects. (4) Integrating information technology systems and furniture systems designed by others into tenant Fit Out designs (5) Establishing and maintaining an electronic database of user requirements B. Qualified registered professional personnel in the following key disciplines: project management (architect or engineer), architect, interior design, space programming, mechanical engineering, electrical engineering, and telecommunication engineering. The evaluation will consider education, training registration, overall and relevant experience, and longevity with the firm. C. Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules D. Capacity to complete tenant Fit Out design (after completion of programming) of 500,000 occupiable square foot building space in 6 months while simultaneously completing one major tenant programming study and 10 other studies. E. Plan for establishing a local office, to include staffing of the office and how the office will network with other offices in the design team. F. Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. G. Extent of participation of Small Businesses (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed team. H. Volume of DOD contract awards in the last 12 months as described in CBD Note 24. 4. SUBMISSION REQUIREMENTS: A-E firms meeting the requirements described in this announcement are invited to submit an SF 254 and SF 255 for either or both (separate submittals required for DACA31-97-R-0021A and DACA31-97-R-0021B). 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. Submission limitations: Submissions for the A-E team (Primes and subs) are limited to 100 pages or less (each side counts as a page) with a minimum font size of ARIAL, Times Roman, or Univers in 12 font. SF254's will not count against the page limitation. All pages of text and/or graphics (excluding SF 254's) will be counted, excluding covers and tabs. The intent of the limitations is to solicit information which can be read with ease, and respondents are requested to comply with the limitations. 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. POC for technical inquires: Mr. Jeff Snyder, E-mail SNYDER@army.pentagon.mil,(703) 693-7259. PROPOSALS MUST BE RECEIVED IN THIS OFFICE NO LATER THAN 17 JUNE 97 AT 4:00 P.M. LOCAL TIME 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.* (0141)

Loren Data Corp. http://www.ld.com (SYN# 0027 19970523\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page