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