|
COMMERCE BUSINESS DAILY ISSUE OF MAY 28,1997 PSA#1854DA, Tulsa District, Corps of Engineers, P.O. Box 61, Tulsa, OK
74121-0061 C -- FIRM FIXED PRICE A-E CONTRACTS FOR DESIGN TWO TACTICAL EQUIPMENT
SHOPS AT FORT SILL, OKLAHOMA POC Mr. Jimmy White, 918/669-7043 or Ms.
Jacque Lattie, 918/669-7039 1. CONTRACT INFORMATION: A firm fixed
price contract will be negotiated for Architect-engineer Services to
provide the design of two Tactical Equipment Shops at Fort Sill,
Oklahoma. Required services consist of all work related to the
preparation of plans, specifications, construction cost estimates,
studies, and permit applications. Construction support services
including shop drawing reviews, field consultation, design
modifications, operation and maintenance manuals, and as-built drawing
preparation may be awarded as an option. This procurement is
unrestricted. The anticipated contract award date is September 1997.
All responders are advised that this requirement may be canceled or
revised at any time during the solicitation, evaluation, selection,
negotiation, or final award process based on decisions related to DoD
changes in force structure and disposition of U.S. Armed Forces, and
are advised that the contract award date(s) may vary and final
completion date(s) may vary. If a large business is selected for this
contract, it must comply with FAR 52.219-9 regarding the requirement
for a subcontracting plan on that part of the work it intends to
subcontract. For your information, the subcontracting goals for Tulsa
District are 65% for small business, 10% for small disadvantaged
business, and 5% woman-owned business. 2. PROJECT INFORMATION: This
project provides maintenance facilities for two Multiple Launch Rocket
Systems Battalions. Each facility will consist of a 16,750 square
meter standard-design tactical equipment shop, approximately 40,000
square meters hardstand for vehicle access and organizational parking,
and deployment equipment storage. Supporting facilities include
utilities, lighting, fire protection and alarm, connection to energy
monitoring and control system, POV parking, paving, walks, curb and
gutters, oil/water separator, information systems, fencing, and site
improvements. Estimated construction cost is between $10M and $15M. The
Standard Design for Tactical Equipment Maintenance Facilities (TOE and
TDA), DEF 214-10-03, dated December 1996, will be used for these
facilities. Metric scale is required on construction drawings. Selected
A-E will be required to produce CAD drawings compatible with
MicroStation software (5.0 or higher) of Bentley Systems, access a
Computerized Automated Review Management System (ARMS) via modem, and
produce cost estimates using M-CACES Gold. 3. SELECTION CRITERIA: See
Note 24 for general selection process. The selection criteria in
descending order of importance are: a. Experience: Specialized recent
experience and technical competence of the A-E firm and/or consultants,
in the planning and design of similar maintenance facilities to Army
design criteria, within cost limitations. Comparable experience of the
firm and consultants on projects completed within the last five years
will be given the greatest weight. b. Qualified registered
professional personnel with experience in the following disciplines:
project management, architecture, electrical, mechanical, fire
protection, civil, structural, cost estimating, environmental,
geotechnical, and surveying. Particular focus will be on the
qualifications of the personnel with relevant experience on similar
projects. c. Past performance on DoD and other contracts with respect
to cost control, quality of work, compliance with delivery schedules,
history of working relationships with consultants, timely construction
support and overall cooperativeness and responsiveness. d. Sufficient
capacity to complete the design by May 1998 with emphasis on the staff
to be assigned to the project. e. Volume of DoD contract awards in the
last 12 months as described in Note 24. f. Geographical locations and
knowledge of probable site locality and conditions, materials and
supplies availability and applicable regulatory requirements. Ability
of the firm to ensure timely response to requests for on-site support.
4. SUBMITTAL REQUIREMENTS: See Note 24 for general submittal
requirements. Interested firms having the capabilities to perform this
work must submit a SF 254 and SF 255 no later than 4:30 p.m. on the
30th day after the date of this announcement to the A-E Contracts and
Documents Section, 1645 South 101st East Avenue, Tulsa, Oklahoma
74128-4629, to be considered for the resulting contract. If the 30th
day is a Saturday, Sunday, or Federal Holiday, the deadline is 4:30
p.m. of the next business day. Cover letters and extraneous material
are not desired and will not be considered. A separate SF 254 and SF
255 for each subcontractor must also be submitted. Responding firms are
requested to clearly identify those tasks to be subcontracted out and
at what office. Specify the address of the office and key person that
is assigned in Block 7C. Include in your submittal, a proposed
organization chart and a narrative description of how the organization
will function. Responding firms are requested to identify all computer
capabilities and other pertinent information in Block 10 of the SF 255,
not to exceed ten written pages. The SF 255 should specifically address
the requirements of this announcement. Firms failing to respond to
these requirements may not be considered. If firms/consultants listed
on the SF 255 have a current SF 254 (submitted within the past 12
months) on file with the Corps of Engineers' Architect-Engineer
Administrative Support System (ACASS), Portland, Oregon, they need not
submit an SF 254. No other notification is required. This is not a
request for proposal (RFP). Personal visits to discuss this contract
will not be scheduled. No other general notification will be made and
no further action will be required from firms under consideration.
Questions should be addressed to Mr. Jimmy White at (918)669-7043 or
Ms. Jacque Lattie at (918)669-7039, U.S. Army Engineer District, Tulsa,
1645 South 101st East Avenue, Tulsa, Oklahoma 74128-4629.
Solicitation/bid packages are not provided. SPONSOR: U.S. Army Corps of
Engineers, Tulsa District, 1645 South 101st East Avenue, Tulsa,
Oklahoma 74128-4629 v SUBFILE: *PSE (U.S. GOVERNMENT PROCUREMENTS,
SERVICES)* (0143) Loren Data Corp. http://www.ld.com (SYN# 0011 19970528\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|