Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 13,1999 PSA#2494

U.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