Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,1998 PSA#2166

U.S. Army Engineer District, Norfolk, Attn: CENAO-EN, 803 Front Street, Norfolk, Virginia 23510-1096

C -- DESIGN AND PREPARATION OF PLANS AND SPECIFICATIONS FOR REVITALIZATION OF WHOLE NEIGHBORHOOD AND 78 FIELD GRADE OFFICER FAMILY UNITS, USMA, WEST POINT, NY POC John Osmundson, 757-441-7610 1. CONTRACT INFORMATION: A-E services are required for site investigations, topographic surveys, concept and final design including preparation of plans, specifications, cost estimates and analyses for the subject project. Civil surveying, structural and architectural design services incidental for support of the mechanical and electrical services is also required. Also required are review of shop drawings, preparation of as-built drawings and site visits during construction (option). A firm-fixed-price contract will be negotiated and awarded. These services are procured in accordance with PL 92-582 (Brooks A/E Act) and FAR Part 36. The contract is anticipated to be awarded in SEP 98 and design completed by APR 99. This announcement is open to all businesses regardless of size. 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. The subcontracting goals for the Norfolk District, which will be considered by the contracting officer, are that a minimum of 50% of a contractor's intended subcontract amount be placed with a small business (SB), including small disadvantaged businesses (SDB), and 5% be placed with SDB. This procurement is classified under SIC Code 8711. The plan is not required with this submission. The wages and benefits of service employees (see FAR 22, 10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: The project consists of whole neighborhood revitalization of 78 Company and Field Grade Officer, 3 and 4 bedroom units constructed in 1962 and located at the U.S. Military Academy, West Point, NY. Work includes replacement of existing gas fired forced hot air heating system; lead paint and asbestos abatement; installation of passive radon system; upgrades of all plumbing and electrical systems; installation of individual utility meters for each unit; upgrade interior and exterior lighting; install central air-conditioning; modernize and revitalize bathrooms and exhaust systems; modernize and revitalize kitchens to include replacement of cabinets, counter tops and flooring, install dishwasher and garbage disposal and install all new appliances; re-configure the unit interior to allow for a full second bathroom, and add to the livable areas by improving the utilization of available space; converting the 4 bedroom units to 3 bedroom, and adding a 323 NSF addition off the back wall; remove/replace hot water tanks as required; repair plaster/paint interiors and refinish wooden floors; investigate re-configuration of parking areas to include installation of carports connected to the units (as applicable) and add parking space adjacent to the unit; remove/replace asphalt shingle roofs, remove/replace gutters and drains; add bulk storage to the units; landscape yards to improve utilization; install privacy fencing between the units; remove/replace garbage storagearea to include space for recycling; revitalize exterior to include scraping and painting wrought iron porch railings and the exterior of the homes; inspect/repair termite damage; inspect/replace exterior wood, repoint brick as required; remove/replace rear overhang to include construction of a new wooden deck; replace windows and exterior doors as required; repair foundations as required. This project also includes upgrading/paving of the adjacent roads and walkways and the total replacement of the electric distribution system in this area. Five percent (5%) of the units will be revitalized to accommodate handicapped requirements. A project-specific design quality control plan will be required, but not with this submission. The estimated construction cost of this project is approximately $10,000,000. 3. SELECTION CRITERIA: See Note 24 for general A-E selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary. Criteria f-h are secondary and will only be used as "tie-breakers" among technically equal firms. a. Specialized experience and technical competence: (1) Demonstrated experience by the prime firm and its consultants in the design of revitalization of whole neighborhood and family quarters for DOD installations. (2) Demonstrated experience by the prime firm and its consultants in the design of revitalization of whole neighborhood and family quarters for private sector and other government agencies. (3) Demonstrated experience by proposed Interior Designer in interior design. (4) Project Team Management Plan (PTMP) including team organization and proposed method of carrying out the work to meet specific project requirements and schedule. (5) Demonstrated ability to produce quality designs based on evaluation of a firm's Design Quality Management Plan (DQMP). The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm and any significant contractors on similar projects. (6) Knowledge of design of building envelopes and systems for energy efficiency. (7) Demonstrated experience by the prime firm and its consultants in the design of HVAC system analysis, Life Cycle Cost analysis studies, energy budgets, repair and replacement; electrical distributions, repair and replacement; plumbing and sprinkler systems; telecommunications systems for DOD installations. (8) Computer Resources firms must indicate in Block 10 of the SF 255 the following items: (a) accesibility to and/or familiarity with the Construction Criteria Base (CCB) system. This shall include as a minimum, the SPECSINTACT specification system, the MCACES estimating system, and the ARMS review management system; (b) demonstrated CADD capability with capacity to produce output files in ".DXF" or ".DWG" file format. CADD drawings will be required on 3-1/2 inch diskettes in Auto CADD Release version 13 or higher; (c) access to a Hayes compatible modem 9600 baud or better. b. Professional qualifications: (1) The design team must possess experienced, registered personnel in ARCHITECTURE and MECHANICAL, ELECTRICAL, CIVIL, and STRUCTURAL engineering disciplines. (2) A qualified INTERIOR DESIGNER shall be part of the design team. Qualified means a degree in Architecture or Interior Design with demonstrated experience in space planning, color and finish selection and furnishing selection and specification. (3) An INDUSTRIAL HYGIENIST, with a current certificate in comprehensive practice from the American Board of Industrial Hygiene (ABIH), is also required and a copy of his/her ABIH Certificate must be included in Block 10 of the SF 255. (4) A Project Team Management Plan including team organization and proposed method of carrying out the work to meet specific project requirements and schedules. c. Past performance on DOD and other contracts: (1) ACASS evaluations (superior performance evaluations on recently completed projects in advantageous); (2) Letters of evaluation/recognition by other clients; (3) Cost control and estimating performance as a percentage deviation between the final estimate and low bid on similar TYPE and SIZE projects; (4) On-time delivery of designs for DOD and similar projects. d. Capacity to accomplish the work in the required time: Firms must demonstrate ability of the design team to complete the project as scheduled. e. Knowledge of the Locality: as described in Note 24. f.. SB and SDB PARTICIPATION: Extent of participation of small businesses, historically black colleges and universities, and minority institutions in the propsed contract team, measured as a percentage of the total estimated effort. g. Geographic Proximity: as described in Note 24. h. Demonstrated Success in Prescribing the Use of Recovered Materials and Achieving Waste Reduction and Energy Efficiency in Facility Design [FAR 36.602-1(a)(6)]. i. Volume of DOD contract awards in the last 12 months. Considerations may include: (1) Equitable distribution of contracts among qualified A-E firms, including minority-owned firms, small business (SB) and small disadvantaged business (SDB) participation and firms that have not had prior DOD contracts which will only be considered when used as a "tie-breaker". (2) ACASS retrievals; and (3) Current workload as listed in Block 9 of the SF 255. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. All requirements of this announcement must be met for a firm to be considered for selection. Interested firms having the capabilities to perform this work must submit a single SF 255 (11/92 edition) for the design team and single copies of current SF 254 (11/92) for the prime firm and each consultant, to the above address not later than the close of business on the 30th day after the date of this announcement. For the purpose of this notice, day number one is the day following the date of publication. If the 30th day is a Saturday, Sunday, or Federal Holiday, the deadline is the close of business of the next business day. The revised 11/92 edition of the SF255 (NSN 7450-01-152-8074) & SF254 (NSN 7540-01-152-8073) is required. Forms may be obtained through GPO at (202)512-0132. The SF 255 must also include the following: a. Firms with more than one office (1) Block 4: distinguish, by discipline, between the number of personnel in the office to perform the work and the total number of personnel in the firm; (2) Block 7c: each key person's office location; b. Block 3: prime firm's ACASS # and distance (in terms of POV driving miles) from address of office to perform the work and the Norfolk District. For ACASS information, call 503-326-3459; c. Block 7f: registrations must include the year, discipline and state in which registered; d. Block 8b: Include a descriptive project synopsis of major items of work; e. Block 9. Indicate fee in terms of thousands of dollars, not percentage of work completed. f. Block 10. An organizational chart including all key elements of the design team demonstrating the firm's understanding of and ability to execute projects under the contract. Submittals by facsimile transmission will not be accepted and will be considered nonresponsive. Prior to the final selection, firms considered highly qualified to accomplish the work may be interviewed either by telephone or by formal presentation. THIS IS NOT A REQUEST FOR PROPOSAL. SOLICITATION PACKAGES WILL NOT BE PROVIDED. Posted 08/21/98 (W-SN240124). (0233)

Loren Data Corp. http://www.ld.com (SYN# 0019 19980825\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page