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