Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 3,1999 PSA#2488

US Army, Corps of Engineers, Seattle District, PO Box 3755, Seattle, WA 98124-3755

C -- AE DESIGN SERVICES FOR FY01 SQUAD OPS/AMU FACILITY #4, MCCHORD AFB, WA SOL DACA67-00-R-0205 DUE 122799 POC Lorraine Kuniyuki (206) 764-6805 WEB: Seattle District Contracting Page, http://www.nws.usace.army.mil/cntrct. E-MAIL: Lorraine.Kuniyuki@usace.army.mil, Lorraine.Kuniyuki@usace.army.mil. 1. PROJECT INFORMATION: Provide Architect-Engineer (A-E) services for the design of a Squadron Operations/Aircraft Maintenance Unit (AMU) Facility at McChord Air Force Base (AFB), Washington. Services will include design of new operations and administrative facilities for C-17 Squad Ops/AMU. The work may include, but not be limited to, the preparation of pre-concept design, concept design and final design documents. Construction support services may be included as an option. Design will be in metric units. Cost estimates will be prepared in the Corps of Engineers Computer Aided Cost Estimating System M-CACES Gold). Design drawings shall be produced in a format (AUTO CADD) compatible with Intergraph Microstation 32 V4.03 or higher. Specifications will be produced and prepared using Corps of Engineers Military Guide Specifications, and prepared using SPECSINTACT. Project Description: Design new two-story Squadron Operations/ Aircraft Maintenance Unit Facility with concrete foundation, masonry walls, structural steel frame, sloping SSM roof system, fire protection system, utilities, elevator, site improvements and air conditioning, 65KW; in the infield area at McChord AFB. The project combines maintenance and operations personnel for a C-17 aircraft squadron into one facility of approximately 3,300 SM. This is the last of four Squad Ops/AMU facilities to house the C-17/C-141 squadrons. Space is required for Squad Ops/AMU management support, briefing/debriefing, flight planning, training and testing, tool rooms, standardization/evaluation, locker rooms, flying/ground safety, bench stock, mobility office, scheduling and technical order library. 2. SELECTION CRITERIA: See Note 24 for a general description of the A-E selection process. The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria 1-5 are primary. Criteria 6-7 are secondary and will only be used as "tie-breakers" among technically equal firms. PRIMARY CRITERIA: 1. Demonstrated Specialized Experience and Technical Competence of the firm in the design of military facilities, particularly facilities for the maintenance and operation of C-17 systems, specifically: a) Familiarity with the space requirements for Squad Ops/AMU management support, briefing/debriefing, flight planning, training and testing, tool rooms, standardization/evaluation, locker rooms, flying/ground safety, bench stock, mobility office, scheduling and technical order library; b) Demonstrated familiarity with the requirements for the design and construction of facilities for the use of/by maintenance and operations personnel, c) Demonstrated knowledge of current Department of Defense (DoD), Air Force AMC and other military requirements for the design and construction of Squad Ops/AMU structures, d) Demonstrated familiarity with the communications and security systems required for the protection of facilities from unauthorized personnel; e) Demonstrated familiarity with quantity-distance zones and other safety requirements for the siting and design of these facilities. 2. Professional Qualifications and Experience of firm's proposed project staff and consultants: a) Particularly in the project management, architectural, civil, structural, mechanical, electrical, communications, and fire protection disciplines. Demonstrate that all lead personnel are registered professionals in their respective disciplines; b) Demonstrated familiarity with standard Air Force and Corps of Engineers regulations, design guidelines, requirements and procedures; c) Demonstrated expertise in the review and evaluation of Environmental Assessments and Environmental Impact Statements and incorporation of environmental concerns into designs; d) Demonstrated experience in the use of automated systems such as CADD, M-CACES and SPECSINTACT. 3. Knowledge of McChord AFB and the geographic locality, including Base design requirements and architectural themes. 4. Past performance on other DoD contracts with respect to quality of work, cost control and compliance with performance schedules. 5. Capacity to accomplish the work in the required time. SECONDARY CRITERIA: 6. Extent of participation of Small Businesses (SB), Small Disadvantaged Businesses (SDB), Historically Black Colleges and Universities and Minority Institutions, and HUBZone Concerns on the proposed contract team; and 7. Volume of DoD contract awards to the prime A-E in the last 12 months. 1. CONTRACT INFORMATION: Architect-Engineer (AE) design services for the design of Squad Operations/AMU Facility at McChord Air Force Base (AFB), Washington in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36 are required. Essential disciplines of the design team for this project are architecture, civil, structural, mechanical, electrical, communications and fire protection engineering. Proposed procurement will result in a fixed price contract. The estimated construction value for features to be designed under the A-E contract for the Sqd Ops/AMU Facility is $5.884 million. Design start and completion dates are currently scheduled for 1 Mar 2000 and 30 September 2000, respectively. The Standard Industrial Classification code (SIC) is: 8712. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan, or the part of the work it intends to subcontract. The subcontracting plan shall be submitted along 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, the subcontracting goals for the Seattle District, US Army Corps of Engineers which will be considered in the negotiation of this contract are: (1) at least 55% of the total planned subcontracting dollars should be placed with Small Business (SB) concerns, (2) at least 9% of subcontracted dollars go to Small Disadvantaged Businesses (SDB), (3) at least 5% to Women-Owned Small Businesses (WOSB's), and at least 1% to HUBZone businesses. WOSB's may not qualify as SDBs for federal contracts. 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, as determined relative to the employee's office location (not the location of the work). YOU ARE HEREBY NOTIFIED: On solicitations issued after October 1, 1999 SDB firms must be certified and meet the definition under clause 52.219-8(c)(3)) AND BE CERTFIED BY THE U.S. SMALL BUSINESS ADMINISTRATION. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://ccr.edi.disa.mil or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. 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. In addition, the AE shall include an outline of both firm and team-member experience on any prior projects of a similar nature to this project. Street address and phone number for sending submittals is: 4735 East Marginal Way South, Seattle, WA 98134-2385; phone (206) 764-6805. No additional project information will be given to A-E firms. Phone calls are discouraged unless absolutely necessary. This is not a request for proposal. Posted 12/01/99 (W-SN404965). (0335)

Loren Data Corp. http://www.ld.com (SYN# 0016 19991203\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page