Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 3,1998 PSA#2214

U.S. Army Corps of Engineers, 600 M.L. King, Jr. Pl., Rm 821, Louisville, KY 40202-2230

C -- ARCHITECT-ENGINEER SERVICES FOR THE DESIGN OF MILITARY OPERATIONS ON URBANIZED TERRAIN, COLLECTIVE TRAINING FACILITY, (MOUT-CTF PHASE 1 AND 2 AT FORT CAMPBELL, KENTUCKY) SOL W22W9K83025584 POC Contract Specialist, Linda J. Hunt-Smith (502)582-5070, Technical, William Deane (502)582-6001 1. General Contract Information: The proposed services will be obtained by a negotiated Firm Fixed-Price Contract. The estimated construction cost is between $5 million and $10 Million (each) for both Phase 1 and Phase 2. Estimated starting and completion dates are January 1999 and December 1999 respectively for Phase 1. Estimated starting and completion dates are November 1999 and July 2000 for final design of Phase 2. Initial services will include site investigation, planning and concept design for both phases and final design of Phase 1 only. An option will include final design for Phase 2. This announcement is open to all businesses regardless of size. If a large business is selected to negotiate a contract, the firm will be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 prior to award of the contract. The current subcontracting goals are 61.2% to Small Business, 9.1% to Small Disadvantaged Business and 4.5%to Women-Owned Small Business. These percentages are applied to the total amount of subcontracted dollars. Some projects may require partnering with the selected firm which could require the selected A/E to attend an approximate one-day partnering meeting to define the User's expectations of the A/E, create a positive working atmosphere, encourage open communication, and identify common goals. Significant emphasis will be placed on the A/E's quality control procedures, as the District will not review quality into the project. 2. Project Information: The project will include all construction in two phases of a standard MOUT-CTF in accordance with current U.S. Army standards and installation requirements. After Phase 1 and Phase 2 are complete, the CTF will be a company/battalion task force training facility. The primary facilities of Phase 1 will provide a 14 building urban complex consisting of 11 intact buildings, 3 rubble buildings, gravel streets and parking, a remote After Action Review (control, offices, storage, theater) building to include fire protection, an underground storm drainage system and other features to simulate an urban setting. Unique control and scoring systems will be provided which require primary and secondary power and data distribution systems. Targetry will be included to provide realistic battle conditions. To enhance the realism, MILES fireback devices will be included to produce quality After Action Review (AAR) videos. This project must support future integration with the multi-purpose digital range complex and other battle simulation systems. Work will also include a water well with pump house and treatment and a vault latrine with holding tank. Phase 2 will add 18 buildings consisting of 12 intact buildings and 6 rubble buildings, paving streets and parking, additional storm drainage and a channel with bridge. Additional targetry, targetry control and scoring system will be included with Phase 2. Phase 2 will also provide additional facilities to the existing CTF located near alarge drop zone to facilitate air assault operations. Supporting facilities outside the CTF complex consist of extending electrical distribution service, information systems, site preparation, erosion control, and access road improvements. Requirements may include construction management services (e.g. construction supervision, checking shop drawings, preparation of record drawings and site visits. The use of Specisintact system software is required for preparation of specifications. Construction Cost Estimating shall be accomplished using the Micro-Computer Aided Cost Estimating System (M-CACES). Proficiency in the use of M-CACES must be demonstrated in the SF 255. The Government will furnish software and the database. 3. Selection Criteria: See Note 24 for general selection process information. The specific selection criteria (a -- f being primary, and g -- h being secondary) in descending order of importance are as follows and must be documented within resumes in the SF 255: a). Professional Qualifications: Qualified Professional personnel (professionals qualified by education, training, registration, overall and relevant specialized experience) are required in the following key disciplines: Project Management (individual may be an architect or an engineer), architecture, civil, structural (independent of civil), hydraulic, electrical, mechanical, and geotechnical (soils) engineering. A designer and a checker are required in each field, and at least one in each field must be professionally registered. At least one civil engineer must be registered in the State of Tennessee. Resumes must identify the project assignment of all key management and technical personnel. b). Specialized Experience: Specialized experience and technical competence of the firm and the proposed team in the design and execution of Army Multi-Purpose Training Ranges as documented in the resumes of the proposed team and firm must be indicated. Specialized experience and technical competence in the incorporation of Life Safety and Fire Protection measures/issues into the design of Multi-Purpose Training Ranges must be demonstrated. Technical competence in the efficient use of M-CACES must be documented. Firms must document technical competence with Intergraph Microstation, which is the preferred format and will be required to ensure compatibility with the electronic advertisement of documents. Electronic drawing development may be in any CADD system, but submittals must be in accurately translated Intergraph Microstation format unless otherwise specified. In addition, a brief Design Management Plan including an explanation of the firm's management approach, management of subcontractors (if applicable), quality control procedures and an organizational chart showing the inter-relationship of management and various team components (including subcontractors) must be shown in Block 10 of the SF 255. Technical competence and experience in energy conservation, pollution prevention, waste reduction and the use of recovered materials must be documented. c) Capacity: Capacity to complete the work in the required time. Evaluation will consider the firm's present workload and the availability of the proposed contract team for the contract period. d). Past Performance: on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules; e). Superior Performance Evaluations: on recently completed DoD contracts f) Knowledge of the Locality: Past experience and knowledge of site conditions g) Volume of Work: Consider the volume of work awarded by DoD during the previous twelve months as described in Note 24. h). Extent of Participation : small business concerns; historically black colleges and universities and minority institutions; firms that have not had prior DoD contracts; and small disadvantaged business participants measured as a percentage of the estimated effort. 4. Submittal Requirements: a) See Note 24 for general submission requirements. Any firm with an electronic mailbox responding to this solicitation should identify such address in the SF 255. Office or branch performing the work should be clearly identified (by ACASS number if one has been assigned). Release of firm status will occur within 10 days after approval of any selection. Firms which are interested and meet the requirements described in this announcement are invited to submit one completed SF 255 (Revision 11-92). All responses on SF-255 to this announcement must be received no later than 4:30 p.m. local time on the 30th calendar day after the date of this publication to be considered for selection. The day following this CBD announcement counts as day number one (1). If the 30th day falls on Saturday, Sunday or a U.S. Government Holiday, the deadline is the close of business on the next Government business day. b) It is requested that interested firms list the fee amount and date of all DOD contracts awarded during the last 12 months to the firm and all subsidiaries in Block 9 of the SF-255. c) Responding firms must submit a current and accurate SF-254 for each proposed consultant. Additionally all responding firms which do not have a current (within 12 months) SF-254 on file with the North Pacific Division, Corps of Engineers must also furnish a completed SF-254. If a SF-254 is included, only the 11-92 edition of the form will be accepted. The business size status (large, small, and/or minority) should be indicated in Block 3 of SF-255. Definition: A concern is small it its annual receipts average over the past 3 fiscal years do not exceed $2.5 million. d) No other information including pamphlets or booklets is requested or required. e) No other general notification to firms under consideration for this project will be made and no further action is required. This is not a Request for Proposal. Solicitation packages are not provided for A-E contracts. Personal visits for the purpose of discussing the work are discouraged. Submit SF-254/SF-255's to the following address: U.S. Army Corps of Engineer District, Louisville District, 600 Martin Luther King Jr. Place, Room 821, ATTN: Linda Hunt-Smith, Louisville, Kentucky 40201-2230. Posted 10/30/98 (W-SN267015). (0303)

Loren Data Corp. http://www.ld.com (SYN# 0006 19981103\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page