|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 8,1999 PSA#2362U.S. Army Corps Of Engineers, Fort Worth District, P.O. Box 17300, 819
Taylor Street, Attn: CESWF-CT, Fort Worth, TX 76102-0300 C -- FIRM-FIXED PRICE CONTRACT FOR MODERNIZATION AND COMBINING OF TWO
EXISTING RANGES AT FORT HOOD, TEXAS SOL DACA63-99-R-0023 POC Sharon
McLellan, (817) 978-3939 WEB: US Army Corps of Engineers, Fort Worth
District, http://ebs.swf.usace.army.mil/. E-MAIL: US Army Corps of
Engineers, Fort Worth District, sharon.d.mclellan@swf02.usace.army.mil.
CONTRACT INFORMATION: Multidiscipline Design Services, procured in
accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are
required for modernizing and combining of two existing ranges at Fort
Hood, TX. Work will be comprised of design for removal of current
infrastructures along with design of an eight lane Digital Multipurpose
Range Complex (DMPRC). The estimated construction cost is
$25,000,000.00. All work must be performed by or under the direct
supervision of licensed professional Engineers or Architects. SIC Code
8711 and 8712 applies to this announcement. For submittal information
contact Sharon McLellan (817) 978-3939; for technical information
contact Frank Covington (817) 978-3912. The contract is anticipated to
be awarded on or about August 1999. Contract may slip to FY2000. This
announcement is open to all businesses regardless of size. If a large
business is selected, it must comply with FAR 51.219-9 regarding the
requirement for a subcontracting plan on that part of the work it
intends to subcontract. The subcontracting goals for the Fort Worth
District are: (1) at least 61.2% of a contractor's intended subcontract
amount be placed with small businesses (SB), including small
disadvantaged businesses (SDB), Historically Black College/Universities
or Minority Institutions (HBCU/MI), and women-owned small businesses
(WOSB); (2) of the intended subcontract amount at least 9.1% be placed
with an SDB; at least 9.4% be placed with Historically Black
Colleges/Universities or Minority Institutions; at least 4.5% be placed
with WOSB; and the remaining 38.2% be placed with a SB for a total of
61.2%. The plan is not required as part of this submittal. The wages
and benefits of service employees (see FAR 22.10) performing under this
contract must be at least equal to those determined by the Department
of Labor under the Service Contract Act. 2. PROJECT INFORMATION: The
work will involve Design, Drafting, Planning, Studies, Site
Investigations, Surveys and Geotechnical Investigations associatedwith
a Firm-Fixed Price Contract. A-E services are required to provide
modernizing and combining of two existing ranges at Fort Hood, TX. Work
includes field investigations, technical feasibility assessments,
design analysis, cost estimates and preparation of plans and
specifications in accordance with applicable military criteria and
standards. Work will be comprised of design for removal of current
infrastructures along with design of an eight lane Digital Multipurpose
Range Complex (DMPRC). The range must have trenches with machine gun
bunkers, a helipad, moving and stationary targets, a screen and
boresight pad, hull down defilades, turret down defilades, plumb and
synchronization stations, flagpoles, camera towers, infrared cameras,
lighted & thermalized range limit markers, trails, roads, and parking,
turning pads, water crossings, primary electrical service to targets,
data cabling, and building information systems. Structures include a
central control building, central maintenance building, general
instruction buildings, field service latrines and after action review
building. Environmental considerations for this project will include:
storm water pollution prevention plan (and preparation of SWPPP),
asbestos, lead based paint and other regulated materials may be
encountered in existing facilities, construction to maintain ambient
air quality, design to accommodate archeological resource sites, design
and construction to consider impacts to adjacent endangered species
habitats and possibly wetlands. (Note: Ongoing Environmental Impact
Assessments will be provided when completed.) CADD design will be done
using Intergraph Corporation's Microstation Version 5.0 or later. This
project will be subject to a Value Engineering Study, accomplished by
separate engineering resources, after the preliminary design has been
completed. This project will be staged for construction, with three
distinct and separate phases. Stages not under construction will be
occupied for military training. A-E will be required to prepare record
drawings following construction completion. The A-E will be required
to do topographic surveys, either in-house or through consultant. The
required aerial survey is for approximately 15-20 square kilometers.
The A-E will be required to do a UXO (unexploded ordnance)
classification of the project site and incorporate subsurface clean-up
& avoidance procedures into the design. AE must incorporate control
and targetry requirements in the design based on input from the
Simulation, Training & Instruments Command, (U.S. Army, STRICOM). Some
building designs may require Uniform Federal Accessibility Standards
(UFAS) and Americans with Disabilities Act (ADA) requirements. The A-E
shall insure that the hardware, firmware, software and information
technology systems separately or in combination with each other or
other elements specified in the documents developed under this contract
shall be Year 2000 compliant in accordance with FAR 39.106. Services
during the project's construction phase may also be required. 3.
SELECTION CRITERIA: Send submittals to: CESWF-EC-AE/Sharon McLellan at
the above stated address. See CBD Note 24 (Monday issue) for general
A-E selection process. The selection criteria are listed below in
descending order of importance: A. Specific Experience and Technical
Competence: (1) The selected team must demonstrate extensive experience
in projects of this scope and magnitude, particularly for civil,
electrical design packages for military facilities. The effort will
include, as a secondary requirement, experience in architectural and
structural design. The proposed team must show specialized experience
in design and execution of Army "Multipurpose M1/Bradley/Helicopter
Ranges" as documented in the resumes of the proposed team and block 8
of the SF255. (2) The SF255 must show the proposed design team that
will actually be assigned to this project. (3) The SF255 must show the
geographical location of all core design team members. (4) Experience
and knowledge of all project requirements stated above, must be
addressed. (5) Firms must show UXO identification, avoidance, clearance
and handling capabilities. (6) Firms must show topographic and aerial
survey capability. (7) The geotechnical team must show experience in
boring, testing and foundation design. (8) Firms must show experience
in evaluating contractor's submittals and construction surveillance.
(9) Demonstrate experience in working with a testing laboratory to
design for water quality, removal of friable asbestos and remediation
of lead-based paint hazards and underground toxic substances. (10) Firm
must demonstrate success in prescribing the use of recovered materials
and achieving waste reduction and energy efficiency in prior designs.
B. Professional Capabilities: (1) The design team shall be composed of
professionals, (either in-house or through consultant), from the
following disciplines: Project Manager (may be architect or engineering
discipline and must possess current professional registration), Civil
Engineers, Structural Engineers (independent of civil), Environmental,
Geotechnical (soils) Engineer, Architects, Agronomist or Landscape
Architect, Electrical Engineers, Mechanical Engineers, Value Engineer,
Cost Estimator, Registered Land Surveyor, Aerial Surveyor, UXO Safety
Specialist, Air Monitoring Expert and lab testing capabilities. All
other disciplines shall show no less than one individual which
possesses professional registration. The A-E's team is not restricted
to minimum or maximum numbers of team members, but the team must show
capability and capacity to perform the required work. If team members
are associated with a subconsultant, than that subconsultant must also
submit a professional registered Project Manager. (2) The firm must
show the teams' configuration and submit resumes for each individual
proposed to do the work. C. Design Quality Control Program (DQCP): Firm
must submit a Design Quality Control Program showing the plan for
management during design, including coordination and quality control.
Firmmust also include an attached copy of the firm's corporate QC
program and a sample QC plan prepared for a recent project. Within the
DQCP, for this project, the A-E shall demonstrate the proposed methods
of assuring quality control and coordination amongst team members when
they are composed of subconsultants or are geographically separated
from the core design team. D. Past Performance: Firm must submit
evidence of past performance on like projects and on projects of
predominant civil/electrical nature. Firm's, as a secondary
requirement, must show experience in designs of an
architectural/structural nature. Demonstrate past performance with
Government agencies and private industry in terms of cost control,
quality of work, and compliance with performance schedules. E. Capacity
to Perform: Firm must show the capacity to accomplish the design with
the following proposed schedule: complete topographic survey (120
days); preliminary design (90 days); final design (150 days); and
corrected final design (28 days). F. Firm must demonstrate previous
success using innovative methods for designs and/or construction
materials on similar projects. G. Subcontracting: Firms must show the
extent of participation of SB, SDB, HBCU/MI, and WOSB in the proposed
contract team, measured as a percentage of the estimated effort. Large
firms must submit consultants to meet these goals. (This item will be
used as a tiebreaker during the selection process). H. Computer Media:
(1) A Computer Aided Design and Drafting (CADD) system shall be done
using Intergraph Corporation's Microstation Version 5.0 or later. All
topographic design files shall be in a 3D Digital Terrain Model (DTM)
with sufficient 3D elevations to accurately generate contour locations.
To verify that the A-E design has accomplished line-of-sight
requirements for gunnery qualification tasks, weapons systems and
targets on this range, the A-E will be required to perform a 3-D
analysis of the site design and present this analysis during a design
review conference. Following completion of the topographic survey DTM,
the AE will be required to work with the Engineering and Support
Center, Huntsville, Army/Marine Corp RTLP MCX and FORSCOM trainers to
validate training visibility requirements for the range. (2) Firm must
use Specsintact for Specifications. (3) Design Analysis and other
project documents shall be completed using Microsoft Office 97
(Microsoft Word and Excel) on IBM compatible equipment. (4)
Construction cost estimates will utilize our PC based Computer Aided
Cost Estimating System (M-CACES), (Software will be provided by the
Government). All final documents shall be provided on 3 " CD ROM disks.
(5) The primary means of communication between all active participants
on this project will be via electronic mail. (6) This project may have
a requirement to have common data and information available to
responsible individuals and organizations, including design review
data, which will be accessed on the World Wide Web via dedicated secure
web page. If so, the A-E will be required to create and maintain this
web page, through links from the A-E Company's Home page, throughout
the duration of the design contract. The SF 255 shall show experience
and capability to perform this task." I. DOD Volume of Work: In Block
10 of the SF 255, show last 12 months DOD awards. J. Geographical
Location: Firm must show geographic location of prime firm,
subconsultant firms and locations of individuals proposed for this
project, if located in offices other than previously shown. K. Block 10
will be limited to ten pages maximum. (NOTE: DQC Plan is separate from
Block 10) 4. SUBMISSION REQUIREMENTS: A.. See Note 24 for general
submission requirements. Interested firms having the capabilities to
perform this work must submit one submittal package including an
original SF 254 and SF 255 no later than 4:30 p.m. on the 30th day
after the date of this announcement to be considered in the selection.
The 11/92 version of the forms must be used. If the 30th day is a
Saturday, Sunday, or Federal holiday, the deadline is the close of
business of the next business day. B. Responding firms must submit a
current and accurate SF 254 for the prime firm and each proposed
consultant. It must be provided for the specific office proposed to do
the work. Indicate in Block 4 of SF 254 if your firm is a Large,
Small, Small and Disadvantaged or Woman-Owned Business. To be
classified as a small business, a firm's average annual receipts or
sales for the preceding three fiscal years, must not exceed $2.5
million. C. Submit only one SF 255, completed in accordance with the
instructions. It must contain information in sufficient detail to
identify the team (prime and consultants) proposed for the contract. D.
Include CBD announcement number in Block 2b of the SF 255. E. In Block
4 of the SF 255, insert the number of personnel proposed for the
contracts (not necessarily total capacity), Consultants as (A) and
in-house as (B). F. In Block 6 of the SF 255, identify the
discipline/service to be supplied by each consultant. Provide brief
resumes of the on-staff or consultant employees you intend to use to
perform the work in the anticipated design time and the type of
projects they will perform in Block 7 of your SF 255. Block 7 may be
repeated as needed to identify all the major disciplines and key team
members. Selection will be based on the total team members presented in
your SF 255, primarily in Blocks 4 and 7. Resumes MUST be submitted for
all personnel listed in Block 4. G. Personal visits to discuss this
project will not be scheduled. H. Solicitation packages are not
provided for A-E contracts. This is not a request for proposal (see
Note 24). Posted 06/04/99 (W-SN339096). (0155) Loren Data Corp. http://www.ld.com (SYN# 0026 19990608\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|