Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 19,1998 PSA#2098

U. 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