Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 7,1999 PSA#2426

US ARMY ENGINEER DISTRICT, SEATTLE, PO BOX 3755, SEATTLE WA 98124-3755

C -- A-E DESIGN & CONSTRUCTION SUPPORT SERVICES FOR FY01 MCA WHOLE BARRACKS RENEWAL, FORT LEWIS, WA SOL DACA67-00-R-0005 DUE 100799 POC Contract Specialist Mary E Mitton (206) 764-6806 (Site Code DACA67) WEB: http://www.nws.usace.army.mil/cntrct/, http://www.nws.usace.army.mil/cntrct/. E-MAIL: mary.e.mitton@usace.army.mil, mary.e.mitton@usace.army.mil. Architect-Engineer services are required for design and construction support services on the FY01 MCA whole barracks renewal project. The A-E will be requested to design Army standard-design administration facilities for company operations, battalion, brigade headquarters and other facilities, as required, supporting utilities, and site improvements at Fort Lewis as part of the District project delivery team. Selected project features are being designed in-house. A-E work will conduct field investigations and consultations, participate in programming workshops and design charrettes, review construction lessons-learned from previous projects, participate in value engineering assessments, over-the-shoulder and formal design reviews, develop plans, specifications, cost estimates, design analyses, and architectural perspectives, and provide construction support services. The A-E team will work together with in-house designers as part of the District project delivery team. The fixed-price, negotiated procurement will involve the full range of technical engineering disciplines. Significant evaluation criteria, listed in descending order of importance: PRIMARY CRITERIA: 1. Demonstrated Specialized Experience and Technical Competence of the firm in: a) its ability to operate as an integrated, responsive, cost effective design/construction support member of the Army's Project Delivery Team; b) working with Army standard-designs for company operations and battalion headquarters facilities; c) its familiarity with Fort Lewis design standards and parameters; and d) its familiarity with construction support requirements. 2. Professional Qualifications and Experience of firm's proposed project staff and consultants, particularly in: a) Providing quality military design services; b) Providing quality military construction contract support services; c) Working ease and dependability of proposed key staff members in contract negotiations, design coordination, construction coordination. 3. Past Performance of firm, particularly with respect to design and construction support work on DOD contracts. 4. Location of the Firm with respect to Seattle District Offices and Fort Lewis, the firm's ability to commit local project resources, and work closely with the District project delivery team through design and construction phases of the work. 5. Capacity of the Firm to accomplish the work throughout the performance period; to maintain staff continuity throughout design and construction periods, and to cost effectively participate in local project activities and coordination meetings. SECONDARY CRITERIA: NOTE: The following criteria are considered secondary factors and will only be used at Final Evaluation as tie- breakers: 7. Extent of participation of Small Business (SB), Small Disadvantaged Business (SDB), historically black Colleges and Universities and minority of Institutions in the proposed contract team, measured as a percentage of estimated effort. 8. Volume of DoD contract awards to the prime A-E firm in the last 12 months.The A-E will be required to use MCACES for cost estimating on this project. The software will be furnished by the Corps of Engineers after contract award. Responding firms should indicate ability to access an electronic bulletin board and automated review management system (ARMS) via modem. Proposed procurement will result in a fixed priced contract. The estimated construction value for features to be designed under the A-E contract is greater the $18 million. Design start and completion dates are scheduled for December 1999 and January 2001, respectively. Construction support services start and completion dates are March 2001 and February 2003, respectively. Qualified firms desiring consideration shall submit one copy of SF 255, including organization chart of key personnel to be assigned to this project, current SF 254, and consultant's current SF 254's. Street address for sending submittals is: 4735 East Marginal Way South, Seattle, WA 98134-2385. No additional project information will be given to A-E firms. Phone calls are discouraged unless absolutely necessary. This project is open to both large and small businesses. Standard Industrial Classification Code 8712. It is anticipated that the selected firm will be required to submit a subcontracting plan with its fee proposal if it is a large business. For this procurement, a large business is a concern for which the annual average gross revenue taken for the last three (3) fiscal years exceeds $4.0 million. If a large firm chooses to subcontract, it is recommended that 55 percent of the total planned subcontracting dollars should be placed with Small Business (SB) concerns. It is recommended that 9.5% of subcontracted dollars go to Small Disadvantaged Businesses (SDB) and 5% to Women-Owned Small Businesses (WOSB's). WOSB's may not qualify as SDBs for federal contracts. This is not a request for proposal. Posted 09/02/99 (A-SN376032). (0245)

Loren Data Corp. http://www.ld.com (SYN# 0014 19990907\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page