Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1998 PSA#2164

U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street, Omaha, NE 68102-4978

C -- DESIGN OF ADDITIONS AND ALTERATIONS TO SQUAD OPERATIONS FACILITY AT ELLSWORTH AFB, SOUTH DAKOTA SOL DACA45-98-R-0035 POC Procedural Questions: John M. Miller (402)221-4176 Technical: Howard Denker,Jr. (402)221-3978 WEB: OMAHA DISTRICT CONTRACTING DIVISION HOMEPAGE, http://ebs.nwo.army.mil/EBS/CONTRACT.HTM. E-MAIL: Diana Vanderzanden or Dawn Thompson, Diana.L.Vanderzandan@usace.army.mil or Dawn.E.Thompson@usace.army.mil. CONTRACT INFORMATION: Types of services required will include site investigations, concept design, final design (option) and construction phase services (option). Concept and final design will include furniture and equipment layout, color boards, and perspective renderings of the project. Construction phase services will include shop drawing review and as-built drawings. A Firm Fixed Price Contract will be negotiated for these services. Estimated completion date is July 1999 with anticipated start date of October 1998. The Omaha District may establish a design partnership for this project. Prior to negotiation, the A-E will attend a one-day partnering meeting at the Omaha District offices to define Omaha District expectations of the A-E, create a positive working atmosphere, encourage open communication and identify common goals. Greater emphasis will also be placed on the A-E's quality control procedures for this project. The District's reviews will not be intended to replace the A-E's quality review. The A-E selected for this project must submit for approval a project-specific design quality control plan as a condition of contract award. This plan is not required with this submittal. If a large business is selected for this project, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work that it intends to contract. This plan is not required with this submittal. The subcontracting goals for this contract are that a minimum of 61.2% of the contractor's intended subcontract amount be placed with small businesses (SB), 9.1% be placed with small disadvantaged businesses (SDB) and 4.5% be placed with women-owned small businesses (WOSB). The on-site data gathering and charrette process will be used on this project. PROJECT INFORMATION: Project consists of an alteration and addition to the existing Squad Operations Facility. There will be 1,050 SM of alteration and 2,025 SM of new addition. Major functional spaces will include offices, flight planning and lounge. Project will renovate existing facility and construct a brick veneer addition, metal roof system with skylights, lighted parking, security, and landscaping. The project will also contain 40KW of air conditioning. Use of the metric system of measurement may be required for some deliverables under the proposed contract; however, metric system experience is not a selection criterion and is not required for selection. Construction cost estimates will be prepared using the Corps of Engineers Micro-Computer Aided Cost Estimating System (M-CACES) Gold version. (M-CACES software will be provided.) Drawings will be prepared in Microstation 95 format and AutoCAD version 14 or later format. Final Design drawings will be provided in vellums and prints will also be required. Project Specifications will be prepared in Microsoft Word 97 for Windows. The estimated construction cost is between $5,000,000 and $10,000,000. SELECTION CRITERIA: Criteria for selection, in order of importance, are: (a) Recent specialized experience and technical competence of the firm (including consultants) in: (1) Design of Squadron Operations or other similar facilities. (2) Producing award winning designs. (3) Use of and familiarity with the charrette process. (4) Design for additions and remodels including asbestos and lead paint removal. (b) Quality control procedures and team organization, including consultants, as described in the Design Management Plan (see SUBMITTAL REQUIREMENTS). The selected firm must be able to provide designs that meet guidance, criteria and quality standards without detailed review by the district. The firm must also present a logical team organization that includes an effective method of coordination and communication between prime and consultants as well as individual team members. (c) Professional qualifications and specialized experience in providing services similar to those listed above of the proposed team members (including consultants) in the following disciplines: architecture, electrical, mechanical, structural, and civil engineering, site planning, and interior design. (d) Capacity to perform the work in the required time. (e) Past performance on previous contracts with respect to cost control, quality of work, and compliance with performance schedules. (f) Knowledge of the locality of the project. (g) Compatibility with CADD system, M-CACES estimating system and word processing system as described above. (h) Energy efficiency, use of recovered materials, waste reduction and pollution prevention in facility design. (i) Location in the general geographic area of the project. (j) Extent of participation of SB, SDB, and, if appropriate, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. (k) Volume of DOD contract awards in the last 12 months with the object of effecting an equitable distribution of DOD A-E contracts among qualified A-E firms. SUBMITTAL REQUIREMENTS: Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Firms desiring consideration must submit two copies of a combined SF 255 and separate SFs 254 for prime and each consultant. To be considered, submittals must be addressed as follows: U.S. Army Corps of Engineers, Omaha District, CENWO-ED-C, ATTN: John M. Miller, 215 N. 17th Street, Omaha, NE 68102-4978. Submittals must be received no later than 4:00 PM CST 23 Sep. 1998. In block 10 of the SF 255, provide the following: (a) Design Management Plan (DMP). The plan should be brief and include an explanation of the firm's management approach, management of subcontractors (if applicable), specific quality control procedures used and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). (b) A list of architectural design awards received by the firm in the past five years. (c) The firm's past performance and familiarity with the charrette process through use of in-house staff or consultant. In block 7 of SF 255 include team member's experience in participating on interactive conceptual design teams (charrettes). In block 3 of SF 255 provide the submitting firm's number (six or seven digits) assigned by the North Pacific Division, U.S. Army Corps of Engineers, for the Architect-Engineer Contract Administration Support System (ACASS) and the firm number for any consultants in block 6 of the SF 255. If unknown, so state. To receive information on how to obtain an ACASS number, call (503) 808-4591. Personal visits for this solicitation to the Omaha District offices or the project site will not be scheduled. Posted 08/19/98 (W-SN239100). (0231)

Loren Data Corp. http://www.ld.com (SYN# 0024 19980821\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page