|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9,1999 PSA#2279U.S. Army Corps Of Engineers -- Mobile, Contracting Division, CESAM-CT
(109 St. Joseph Street 36602) PO Box 2288, Mobile, AL 36628-0001 C -- DSGN CONTRACT FOR CLINIC ADDITION/ALTERATION/LIFE SAFETY UPGRADE
(PKG A) & ENERGY PLANT ADDITION/ALTERATION (PKG B), EGLIN AFB, FL SOL
DACA01-99-R-0028 DUE 031199 POC Contact Dewayne Brackins, (334)
694-3743; Contracting Officer, Edward M. Slana WEB:
http://www.sam.usace.army.mil.sam/ct/cgi-win/projlist.exe,
http://www.sam.usace.army.mil/sam/ct. E-MAIL:
cesam.plansroom@sam.usace.army.mil, cesam.plansroom@sam.usace.army.mil.
CONTRACT INFORMATION: A-E services are required for site investigation,
planning, survey and geotechnical report (option), engineering studies,
concept design, final design (option) and construction phase services
(option) for the subject project. Construction phase services may
include preparation of operation and maintenance manuals and shop
drawing review. Project will be designed in accordance with:
MIL-HDBK-1191, DoD Medical and Dental Treatment Facilities Design and
Construction Criteria; Uniform Federal Accessibility Standards (UFAS)
and Americans with Disabilities Act Accessibility Guidelines (ADAAG).
Operation and maintenance manuals will be provided. The design will be
prepared in the English system of measurements (with Metric
equivalents in parenthesis). The contractor shall be responsible for
design and drawings using computer-aided design and drafting (CADD) and
delivering the drawings in Autodesk AutoCAD CADD software, release 14
for Windows 95. Each drawing shall be capable of "standing" alone, i.e.
no X-reference, hidden or frozen layers, etc. The Government will only
accept the final product for full operation, without conversion or
reformatting, in the Autodesk AutoCAD release 14 format. Drawings
produced by scanning drawings of record or containing photographic
images shall be delivered in a raster format, compatible with Autodesk
AutoCAD version 14 for Windows 95. The specifications will be produced
in SPECSINTACT with Standard Generalized Markup Language (SGML) using
the Corps of Engineers Military Construction Guide Specifications.
Specification files shall also be delivered in Microsoft Word 97
format. Responding firms must show computer and modem capability for
accessing the Internet to use the Criteria Bulletin Board System (CBBS)
and the Automated Review Management System (ARMS). The estimate for
this project will be required to be prepared using either the
IBM/MS-DOS compatible "MCACES GOLD" estimating software or the Windows
Version "M32" estimating software. This announcement is open to all
businesses regardless of size. All interested Architect-Engineers are
reminded that, in accordance with the provisions of PL 95-507, they
will be expected to place subcontracts to the maximum practicable
extent consistent with the efficient performance of the contract with
small and small disadvantaged firms. If a large business is selected,
it must comply with FAR 52-219.9 regarding the requirement for a
subcontracting plan. The subcontracting goals of the Mobile District
which will be considered in the negotiation of this contract are: (1)
at least 61.2% of the contractor's intended subcontract amount to be
placed with small businesses (SB), including small disadvantaged
businesses (SDB) and woman-owned small businesses (WOSB); (2) at least
9.1% of the contractor's intended subcontract amount to be placed with
SDB; and (3) at least 4.5% of the contractor's intended subcontract
amount to be placed with WOSB. The firm selected for this contract will
be required to submit a detailed subcontracting plan during contract
negotiation. If the selected firm intends to submit a plan with lesser
goals, it must submit written rationale in the plan why the above
goals can not be met. This work will include all
Architectural-Engineering (A-E) and related services necessary to
complete the design, and for A-E services during the construction
phase. The SIC code is 8712 with a small business size standard of $2.5
million maximum average annual receipts for its preceding 3 fiscal
years. A firm fixed price contract will be negotiated. The contract is
anticipated to be awarded in May 1999. PROJECT INFORMATION: Package A:
This project will design an addition to the hospital of approximately
67,205 SF to house outpatient functions, and alter approximately
156,915 SF of existing space within the facility. The project will also
correct numerous life safety and utility deficiencies to include
installing a sprinkler system in the entire building. Hazardous
material abatement and roof reconditioning/upgrade will also be
required. Exterior site development will include any required
relocation of access roads and construction of new parking areas to
minimize traffic congestion. Inpatient areas of the existing structure
will be renovated to consolidate the medical/surgical unit on a single
floor and colocate inpatient and ambulatory surgery functions. New
addition will be compatible with existing. Work to include all required
utility, communication, and building systems to meet national building
codes and make the facility complete and usable. Project includes
demolition of buildings and associated asbestos, and other hazardous
material removal & abatement. Package B: This project will design an
11,818 SF addition/alteration to the existing hospital central energy
plant. Addition to house emergency generators and other required
electrical equipment. Alter and upgrade existing hospital electrical
distribution system and existing hospital cooling system, including
pumps and controls. Provide new cooling tower to replace existing. The
estimated construction cost of these projects is between $25,000,000
and $50,000,000. SELECTION CRITERIA: See Note 24 in the Monday
publication of the Commerce Business Daily for general selection
process. The selection criteria are listed below in descending order of
importance. Criteria "A" through "F" are primary. Criteria "G" through
"H" are secondary and will only be used as "tie-breakers" among
technically equal firms. A. Specialized experience and technical
competence of the firm and consultants in: (1) Design of alterations of
existing medical facilities, including phasing plans, and the design of
new medical facilities; (2) Life safety and fire protection design of
medical facilities; (3) Use of automated systems described above
(M-CACES, CADD, SPECSINTACT, and ARMS); (4) Experience in energy
conservation, pollution prevention, waste reduction, and the use of
recovered materials. B. Qualified professional personnel in the
following key disciplines: Project management, medical facility
planning, architecture, mechanical, electrical, fire protection,
structural, civil and communication engineering, cost estimating,
industrial hygienist, medical equipment planning, interior design,
operation and maintenance systems. Registered professionals are
required in the following disciplines: architecture, mechanical,
electrical, fire protection, structural and civil engineering. The
evaluation will consider education, training, professional
registration, organizational certifications, overall relevant
experience and longevity with the firm. C. Experience producing quality
designs based on an evaluation of a firm's Design Quality Management
Plan (DQMP): The DQMP shall include an organization chart and briefly
address management approach, team organization, quality control
procedures, and coordination of in house disciplines and subcontractors
and prior experience of the prime firm and any significant consultants
on similar projects. D. Past Performance: Past performance on DoD and
other contracts with respectto cost control, quality of work and
compliance with performance schedules. E. Capacity to Accomplish the
Work: Capacity to complete the concept design (35 percent) (Packages A
& B) by August 1999 and the final design by August 2000 for the
hospital addition/alteration and a final design of the energy plant
(Package B) No Later Than January 2000, assuming contract award in May
1999. The evaluation will consider the experience of the firm and any
consultants in similar size projects, and the availability of an
adequate number of personnel in key disciplines. F. Knowledge of
Locality: Knowledge of the locality of the project site including
geological features, climatic conditions, and local laws and
regulations. G. Small Business, Small Disadvantage, and Women-Owned
Small Business Participation: Extent of participation of small
business, small disadvantaged business, woman owned small business,
historically black colleges and universities or minority institutions
in the proposed contract team, measured as a percentage of the total
estimated effort. H. Equitable Distribution of DoD Contracts: Volume of
DoD contract awards in the last 12 months as described below.
SUBMISSION REQUIREMENTS: See Note 24 in the Monday publication of the
Commerce Business Daily for general submission requirements. Interested
Architect-Engineer firms having the capabilities to perform this work
are invited to submit two (2) completed copies of their SF 255
Architect-Engineer and Related Services Questionnaire for Specific
Project for themselves and two (2) completed copies of their SF 254 for
themselves and one for each of their subcontractors to: U.S. Army Corps
of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. Dewayne Brackins,
109 St. Joseph Street, Mobile, AL 36602; or P.O. Box 2288, Mobile, AL
36628-0001. The 11/92 edition of the forms must be used, and may be
obtained from the Government Printing Office. Submittals must be
received no later than 4:00 P.M. local time on 11 March 1999.
Regulation requires that the Selection Board cannot consider any
submittals received after this time and date. Late proposal rules in
FAR 15.412 will be followed for submittals received after the closing
date of this announcement. Include RFP Number in Block 2b and ACASS
number in Block 3b of the SF 255. To obtain ACASS number, fax the first
page of your SF 254 to the ACASS Center at 503-808-4596 or call the
ACASS Center at 503-808-4590. A maximum of ten (10) projects including
the prime and consultants, will be reviewed in Block 8. In Block 10 of
the SF 255, responding firms must indicate the number and amount of
fees awarded on DoD (Army, Navy, and Air Force) A-E contracts during
the 12 months prior to this notice, including change orders and
supplemental agreements for the submitting office only. In Block 10 of
the SF 255, also provide the design quality management plan and the
names and telephones numbers of clients as references on three most
recent, 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.
Response to Block 10 is limited to 25 pages. This is not a request for
proposal. Solicitation packages are not provided. As required by
acquisition regulations, interviews for the purpose of discussing
prospective contractors' qualifications for the contract will be
conducted only for those firms considered highly qualified after
submittal review by the selection board. Interviews will be conducted
by telephone. To be eligible for contract award, a firm must be
registered with the Central Contractor Registration database. For
instructions on registering with the CCR, please see the CCR Web site
at http://www.acq.osd.mil/ec. Posted 02/05/99 (W-SN295805). (0036) Loren Data Corp. http://www.ld.com (SYN# 0018 19990209\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|