Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9,1999 PSA#2279

U.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