Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 20,1998 PSA#2014

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

C -- ARCHITECT-ENGINEER SERVICES ARE REQUIRED FOR ONE MULTI-DISCIPLINE INDEFINITE DELIVERY TYPE CONTRACT FOR DESIGN OF NEW BARRACKS AND BARRACKS RENOVATION PROJECTS IN SUPPORT OF BALTIMORE DISTRICT MISSIONS SOL DACA31-98-R-0024 DUE 021798 POC Susan Sonenthal 410-962-7646 E-MAIL: susan.j.sonenthal@usace.army.mil, susan.j.sonenthal@usace.army.mil. 1. CONTRACT INFORMATION: a. Architect-engineer services to be primarily performed under this indefinite delivery-type contract will provide facility designs, related studies, and support during construction for new barracks and barracks renovation projects throughout the Baltimore District. These services may also be requested for other types of buildings. This procurement is unrestricted and is therefore open to all businesses regardless of size. The indefinite delivery-type contract to be negotiated will be for one base period and two option periods. A period will not exceed one year. Cumulative total of all delivery orders shall not exceed $750,000.00 per period. Total contract amount is $2,250,000.00. Individual delivery orders shall not exceed the contract amount. The basis for selecting an AE for a particular delivery order will be based on several factors. Among these factors are anticipations of customer needs, customer satisfaction, timeliness, any unique specialized experience that the AE canoffer, performance and quality of deliverables under the contract, along with contractor responsiveness. While this process is not necessarily a "subjective" process, the intent of this contract is to satisfy customer needs in an expeditious and cost-effective mode. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, 95-507, and 99-661. A minimum of 30% of the total planned subcontracting dollars shall be placed with small business concerns. At least 15% of total planned subcontracting dollars shall be placed with small disadvantaged businesses, including Historically Black College and University or Minority Institutions, and 8% with women-owned small businesses. The plan is not required with this submittal. Participation of small businesses (SB), small disadvantaged businesses (SDB), historically black colleges and universities (HBCU), and minority institutions (MI) will be considered regardless of whether the SB, SDB, HBCU or MI is a subcontractor or teaming partner. PROJECT INFORMATION: a. In general terms, the primary projects to be accomplished under this contract shall consist of new barracks or the modernizing and converting of all floors (including basements and attics) of existing barracks to provide housing for unaccompanied enlisted personnel meeting the current Army barracks standards. An existing barracks may be an historic structure. Features to be provided include living/sleeping rooms, semi-private baths, kitchenettes, walk-in closets, storage, arms room, and company operations. Work includes removal of existing interior finishes and non-load bearing partitions; removal of existing electric, water, sewage, & heating, ventilation and air conditioning (HVAC) distribution systems; installation of new interior finishes and non-load bearing partitions; installation of new utility distribution systems; installation of new cable television, communication,and data transmission systems; installation of heat & smoke detection and fire sprinkler systems; installation of an intrusion detection system (IDS) in the arms room; repair/replacement of exterior windows & doors; removal & disposal of lead paint & asbestos; and site improvements. Interior and furniture design may be required. Seismic upgrading may be required. If an existing barracks is an historic structure, retaining interior & exterior historic features is to be coordinated with the applicable State Historic Preservation Office (SHPO). If the project is in the National Capital Region, the work is to be coordinated with National Capital Planning Commission (NCPC) and Commission of Fine Arts (CFA). Designs are to be in metric units. Completed documents shall include detailed construction plans, specifications, design analysis, estimate of construction cost, and related administrative data. b. The AE firm selected shall provide the final design products in the CADD format used by the military installation on which the barracks is located. The design is not required to be performed using a specific CADD system. However, the AE will be required to provide any digitizing and/or translation services necessary to deliver the final design products in the aforementioned CADD format. The products delivered must be able to be accessed directly by the Government's target CADD system without requiring translation, preprocessing, postprocessing or additional software. It will be the responsibility of the selected AE firm to ensure this level of compatibility. c. The above described work may require some or all of the following disciplines: architect & landscape architect; civil, electrical, fire protection, geotechnical, mechanical, plumbing, & structural engineers; interior designers; specification writer; designer & technician; drafter & CADD operators; historian; cost estimator; surveyor & survey team; industrial hygienist & technician; and clerical/word processing. 3. SELECTION CRITERIA: The criteria that will be the basis for selecting firms are identified in Numbered Note 24. Additional special criteria include the following: a. All responding AE firms must provide discussion of their ability to provide the final design products in the indicated CADD format. b. Specialized experience with design of new or renovation of existing barracks or dormitory-type buildings; coordinating designs of historic & non-historic buildings with National Capital Planning Commission (NCPC), Commission of Fine Arts (CFA), & state Historical Preservation Offices (SHPOs); seismic upgrading of existing buildings; and lead paint & asbestos investigation & testing. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Note 24 is written in detail in any Monday issue of the CBD. Interested firms being able to perform this work must submit SF 255 for the prime and SF 254 for the prime and for each consultant to the above address not later than close of business on 17 February 1998. The date of this announcement. The SF 255 and SF 254 shall clearly indicate the staffing of the office indicated to the do the work. We require only one copy of a proposal (SF 255/SF 254). We will request that short listed firms submit extra copies of their proposals. The Baltimore District does not retain SF 254's on file. In SF 255, block 3b, provide the firm's ACASS (Architect-Engineer Contract Administration Support System) number. If your firm does not have an ACASS number, calling 503-808-4591 can obtain it from the Portland District Corps of Engineers ACASS database section. In SF 255, Block 9, provide contract award dates for all projects listed in that section. Provide the ACASS numbers for the consultants in block 6. One preselection board and one selection board will be conducted from this solicitation. We will conduct telephone interviews with the firms short-listed (in this case, usually three firms). Mailing address ATTN.: Susan Sonenthal, Room 7000, 10 South Howard Street, Baltimore, MD 21201. For questions, Mrs. Sonenthal can be reached on 410-962-7646 and via Internet, susan.j.sonenthal@usace.army.mil. Solicitation packages are not provided. This is not a request for proposal. (0015)

Loren Data Corp. http://www.ld.com (SYN# 0015 19980120\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page