|
COMMERCE BUSINESS DAILY ISSUE OF MAY 19,1998 PSA#2098U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia
31402-0889 C -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR DESIGN OF
VARIOUS MEDICAL AND LABORATORY FACILITY PROJECTS WITHIN THE SAVANNAH
DISTRICT SOL DACA21-98-R-0037 POC Pete Oddi 912/652-5332 WEB: Corps of
Engineers, Savannah District, Contracting, http://www.usace.army.mil.
E-MAIL: Rosetta Stewart, rosetta.stewart@sas02.usace.army.mil. The
Savannah District, U.S. Army Corps of Engineers, requires the services
of an Architect-Engineer firm for design of various medical and
laboratory facility projects within the Savannah District boundaries or
in support of the USACE Medical Facilities Office. The contract will
consist of a base ordering period and two option periods, each period
not to exceed one year, for a total of three years. The total of all
task orders during each ordering period may not exceed $1,000,000.
Individual task orders may not exceed $1,000,000. Individual task
orders may include options for final design, geotechnical survey,
etc... The total amount of the contract over the three year ordering
period may not exceed $3,000,000. The contract is anticipated to be
awarded in July 1998. The contract is anticipated to be used
predominantly for projects within the Savannah District boundaries.
Secondarily, the contract may be used to provide services within the
geographic boundaries of any other U.S. Army Corps of Engineers
district or in support of USACE Medical Facilities Office (CONUS OR
OCONUS). Other Corps Districts may place task orders against this
contract. The contractor will have the right to refuse orders for
services to be performed outside the geographic boundaries of the
Savannah District. This announcement is open to all firms regardless of
size. Large business offerors must identify subcontracting
opportunities with small business and small disadvantage business on SF
255. If selected, the large business offeror will be required to submit
a small/small disadvantaged & women owned subcontracting plan in
accordance with FAR 52.219.9 and DFARS 219.704/705 as a part of the
request for proposal package. The following subcontracting goals are
the minimum acceptable goals to be included in the subcontract plan. Of
the subcontracted work 62% to small business, 10% to small
disadvantaged business (a composite of small business ), 5% to
women-owned business (a composite of small business). Large business
firms that intend to do any subcontracting must convey their intent to
meet the minimum subcontracting goals on the SF 255, Block 6. Written
justification must be provided if the minimum goals cannot be
provided. For additional information concerning SUBCONTRACTING PLAN
requirements, please contact Ms. Rosetta Stewart, Contract Specialist
at 912/652-5903. The plan is not required with this submittal. **** 2.
PROJECT INFORMATION: Work may include preparation of design tools,
design criteria documents, studies, concept designs, final designs,
construction phase services, and review of designs prepared by others.
Criteria and design tools may include such work as an update of the
military medical equipment planning system. Studies may include such
work as: surveying existing medical facilities for architectural,
structural, utility system, life safety and fire safety code
deficiencies; preparation of planning and programming documents and
economic analyses for additions, alterations, and replacement facility
projects; preparation of Statement of Condition surveys for Joint
Commission Accreditation Review; and preparation of functional and
technical concept of operation manuals. Design efforts may include new
facilities and additions, alterations, and upgrades to existing
facilities. Construction phase services may include preparation of
operation and maintenance documentation and shop drawing review.
Studies and designs will be prepared in the metric system of
measurement. Cost estimates will be prepared on IBM-compatible personal
computers using Corps of Engineers' Computer Aided Cost Estimating
System (M-CACES) (software provided by Government) or similar software.
Design drawings will be produced in a format fully compatible with
Microstation 32 Version 4.0.3 or higher. Specifications will be
produced in SPECINTACT using Corps of Engineers Military Construction
Guide Specifications. Responses to Government review comments will be
provided on Corps of Engineers Automated Review Management System
(ARMS). **** 3. SELECTION CRITERIA: See Note 24 for general selection
process. The selection criteria are listed below in descending order of
importance. Criteria a-e are primary. Criteria f-g are secondary and
will be used as "tie-breakers" among technically equal firms. **** a.
Specialized experience and technical competence of the firm and
consultants in: (1) Planning, programming and design of medical and
laboratory facilities. (2) Life safety and fire protection design of
medical and laboratory facilities (3) Experience in energy
conservation, pollution prevention, waste reduction, and the use of
recovered materials (4) Use of automated design systems described above
(M-CACES, CADD, SPECINTACT, and ARMS). **** b. Qualified professional
personnel in the following key disciplines: project management; medical
and laboratory facility planning; architecture; mechanical, electrical,
fire protection, structural, civil, and communication engineering; cost
estimating; certified industrial hygienist; equipment planning and
interior design. Registered professionals are required in the following
disciplines: architecture, mechanical, electrical, fire protection,
structural, and civil engineering. The evaluation will consider
education, training, registration, overall and relevant experience, and
longevity with the firm. **** c. Experience producing quality medical
and laboratory designs based on an evaluation of the firm's design
quality management plan (DQMP). The DQMP should include an organization
chart and briefly address management approach, team organization,
quality control procedures, cost control, value engineering,
coordination of in-house disciplines and subcontractors, and prior
experience of the prime firm and any significant consultants on similar
projects. **** d. Capacity to perform two simultaneous $500,000 task
orders in a 180 day period. The evaluation will consider the experience
of the firm and any consultants in similar projects, and the
availability of an adequate number of personnel in key disciplines.
**** e. Past performance on DoD and other contracts with respect to
cost control, quality of work and compliance with performance
schedules. **** f. Degree of participation of SB, SDB, WOB, HBCU or MI
as prime contractor, subcontractor or joint venture partner. **** g.
Volume of DoD contract awards in the last 12 months as described in
Note 24. **** 4. SUBMISSION REQUIREMENTS: See Note 24 for general
submission requirements. Interested firms having the capability to
perform this work must submit TWO (2) copy of SF 255 (11/92 edition)
for Prime and TWO (2) copy of SF 254 (11/92 edition) for Prime and all
consultants to the following address: U.S. Army Engineer District,
Savannah, ATTN: Linda Smulevitz at CESAS-EN-EA, 100 W. Oglethorpe,
Savannah, GA 31401-3640, no later than the close of business on the
30th day after the date of this announcement. If the 30th day is a
Saturday, Sunday or Federal Holiday, the deadline is the close of
business the next business day. No faxed submittals will be accepted.
Include the firm's ACASS number in the SF 255, Block 3b. For ACASS
information call 503/808-4591. In SF 255, block 7, list specific
project experience for key team members and indicate the team members
role on each listed project (project manager, architect, design
engineer, etc). In SF 255, block 10, provide the DQMP and the names and
telephone numbers of clients as references on three most recent,
nonmilitary, medical facility designs. A project specific design
quality control plan must be prepared and approved by the Government as
a condition of contract award, but is not required with this
submission. Short listed firms may be requested to submit up to 5
additional copies. Solicitation packages are not provided. Cover
letters and extraneous materials (brochures, etc.) ARE NOT desired and
WILL NOT be considered. **** PHONE calls are DISCOURAGED unless
ABSOLUTELY necessary. **** PERSONAL VISITS for the purpose of
discussing this announcement WILL NOT BE SCHEDULED. **** THIS is NOT a
REQUEST for a PROPOSAL. (0135) Loren Data Corp. http://www.ld.com (SYN# 0016 19980519\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|