|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 13,1999 PSA#2494U.S. Army Corps of Engineers, 600 M.L. King, Jr. Pl., Rm 821,
Louisville, KY 40202-2230 C -- ARCHITECT-ENGINEER SERVICES FOR THE DESIGN OF CONSOLIDATED TOXIC
HAZARDS LABORATORY AT WRIGHT PATTERSON AIR FORCE BASE, OHIO SOL
W22W9K-9306-8411 DUE 011220 POC Craig Shumate, Technical POC (502)
582-6056; or Shirley Garvey, Contract Specialist, (502)582-5663 WEB:
U.S. Army Corps of Engineers, Louisville District,,
http://www.lrl.usace.army.mil. The proposed A/E services are for the
preparation of a Request for Proposal (RFP) for a design-build
acquisition, and will be obtained by a negotiated Firm Fixed-Price
Contract. The estimated construction cost is over 10 million. Estimated
start and completion dates for the A/E services are February 2000 and
September 2000 respectively. Services will include site investigation
and preparation of concept, Interim and final design-build RFPs. This
announcement is open to all businesses regardless of size. If a large
business is selected to negotiate a contract, the firm will be required
to present an acceptable Small Business and Small Disadvantaged
Business Subcontracting Plan in accordance with Public Law 95-507 prior
to award of the contract. The current subcontracting goals are 61.2% to
Small Business, 9.1% to Small Disadvantaged Business and 4.5% to
Women-Owned Small Business. These percentages are applied to the total
amount of subcontracted dollars. Some projects may require partnering
with the selected firm which could require the selected A/E to attend
an approximate one-day partnering meeting to define the User's
expectations of the A/E, create a positive working atmosphere,
encourage open communication, and identify common goals. Significant
emphasis will be placed on the A/E's quality control procedures, as the
District will not review quality into the project. 2. Project
Information: The project will include construction of a Toxic Hazards
Laboratory that is required to analyze and test samples of hazardous
materials, hazardous wastes and toxicological materials used by Army,
Navy and Air Force to determine their potential human health impact
when encountered during military operations. The project will
consolidate into 1 new building the tri-service toxicology program with
Air Force as the lead service to support new equipment, processes and
procedures. The existing toxicology functions are located in multiple
facilities scattered throughout Wright Patterson Air Force Base. The
project will include the demolition of 7 existing buildings.
Requirements may include construction management services (e.g.
construction supervision, checking shop drawings, preparation of record
drawings and site visits. The use of Specisintact system software is
required for preparation of specifications. Construction Cost
Estimating shall be accomplished using the Micro-Computer Aided Cost
Estimating System (M-CACES). Proficiency in the use of M-CACES must be
demonstrated in the SF 255. The Government will furnish software and
the database. 3. Selection Criteria: See Note 24 for general selection
process information. The specific selection criteria (a -- f being
primary, and g -- h being secondary) in descending order of importance
are as follows and must be documented within resumes in the SF 255: a.
Professional Qualifications: Qualified Professional personnel
(professionals qualified by education, training, registration, overall
and relevant specialized experience) are required in the following key
disciplines:Project Management (individual may be an architect or an
engineer), architecture, civil, structural (independent of civil),
electrical, mechanical, fire protection, geotechnical (soils)
engineering, and Industrial Hygiene. A designer and a checker are
required in each field except for Project Management, Fire Protection
Engineering and Industrial Hygiene, and at least one in each field must
be professionally registered. At least one civil engineer must be
registered in the State of Ohio. Resumes must identify the project
assignment of all key management and technical personnel. b.
Specialized Experience: Specialized experience and technical competence
of the firm and the proposed team in the design and execution of
Department of Defense (DoD) Toxicology Laboratories or similar private
labs as documented in the resumes of the proposed team and firm must
be indicated. Specialized experience and technical competence in the
incorporation of Life Safety and Fire Protection measures/issues into
the design of DoD Toxicology Laboratories or similar private labs must
be demonstrated. Experience in developing Request for Proposals for
design-build acquisitions must be documented. Technical competence in
construction cost estimating and preparation of estimates using of
M-CACES must be documented. Experience in surveying, testing, and
quantifying friable asbestos in buildings, and preparation of plans and
specifications for removal and disposal of asbestos. Firms must
document technical competence with Intergraph Microstation, which is
the preferred format and will be required to ensure compatibility with
the electronic advertisement of documents. Electronic drawing
development may be in any CADD system, but submittals must be in
accurately translated Intergraph Microstation format unless otherwise
specified. In addition, a brief Design Management Plan including an
explanation of the firm's management approach, management of
subcontractors (if applicable), quality control procedures and an
organizational chart showing the inter-relationship of management and
various team components (including subcontractors) must be shown in
Block 10 of the SF 255. Technical competence and experience in energy
conservation, pollution prevention, waste reduction and the use of
recovered materials must be documented. c. Capacity: Capacity to
complete the final design by December 2000. Evaluation will consider
the firm's present workload and the availability of the proposed
contract team for the contract period. d. Past Performance: on DoD and
other contracts with respect to cost control, quality of work, and
compliance with performance schedules; e. Superior Performance
Evaluations: on recently completed DoD contracts f. Knowledge of the
Locality: Past experience and knowledge of site conditions g, Volume of
Work: Consider the volume of work awarded by DoD during the previous
twelve months as described in Note 24. h. Extent of Participation:
Small business concerns; historically black colleges and universities
and minority institutions; firms that have not had prior DoD contracts;
and small disadvantaged business participants measured as a percentage
of the estimated effort. Submittal Requirements: a. See Note 24 for
general submission requirements. Firms which are interested and meet
the requirements described in this announcement are invited to submit
one completed SF 255 (Revision 11-92), U.S. Government A/E and Related
Services for Specific Projects to the office shown above. All
responses on SF 255 to this announcement must be received no later than
4:30 p.m. local time on 12 January 2000. b. It is requested that
interested firms list the fee amount and date of all DOD contracts
awarded during the last 12 months to the firm and all subsidiaries in
Block 9 of the SF 255. c. Responding firms must submit a current and
accurate SF 254 for each proposed consultant. Additionally, all
responding firms which do not have a current (within the past 12
months) SF 254 on file with the North Pacific Division, Corps of
Engineers, must also furnish a completed SF 254. The business size
status (large, small and/or minority) should be indicated in Block 3 of
the SF 255. Definition: A concern is small if the annual receipts
averaged over the past 3 fiscal years do not exceed $4 million. d. No
other information including pamphlets or booklets is requested or
required. e. No other general notification to firms under consideration
for this project will be made and no further action is required.
Solicitation packages are not provided for A/E contracts. To receive
information to receive an ACASS number, call (503) 808-4591. ACASS
number for the office performing the work must be shown in Block 3b of
the solicitation should identify such address in the SF 255. Any firm
with an electronic mailbox responding to this solicitation should
identify such address in the SF 255. Release of firm status will occur
within 10 days after approval of any selection. This is not a request
for proposals. U.S. Army Corps of Engineers, 600 M.L. King, Jr. Pl.,
Rm 821, Louisville, KY 40202-2230. Posted 12/09/99 (W-SN407309).
(0343) Loren Data Corp. http://www.ld.com (SYN# 0018 19991213\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|