Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 8,1999 PSA#2362

U.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