Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 4,2000 PSA#2508

US Property & Fiscal Office For NY, Attn: MNPF-PC, 330 Old Niskayuna Rd, Latham, NY 12110-2224

C -- MATES FACILITY -- FORT DRUM SOL DAHA30-00-R-0001 DUE 020500 POC LTC Ray Shields, (518) 786-4309 E-MAIL: reillyk@ny-arng.ngb.army.mil, shieldsr@ny-arng.ngb.army.mil. Architect Engineering (AE) Services are required to design a new 209,623 SF Maneuver Area and Training Equipment Site (MATES) Facility, (to include infastructure) at Fort Drum, NY. The design will, at a maximum, consist of Type A (investigations, survey, soil borings, cost analysis submittals); Type B (preparation of construction plans, specifications, cost estimates, design analysis) and Type C (shop drawings/construction submittal reviews, construction inspection) Services. The design entails a one story tracked combat vehicle maintenance facility of permanent masonry construction, to include; brick and concrete units with a sloped standing seam metal roof system, administrative spaces, locker rooms, break areas, vending areas, maintenance bays, supply areas, vehicle storage areas, vehicle painting area, overhead cranes and other lifiting devices, weapons storage facilities (arms vaults), and reinforced concrete floors, as well as 513,200 SF of pre-engineered metal unheated vehicle storage sheds. TheMATES facility will be a single story structure with mechanical and electrical equipment. Outside supporting facilities include military vehicle parking, privately owned vehicle parking, loading ramp, access roads, flagpole, detached facility sign and sidewalks. This project should require one (1) year of design and three (3) years of construction, and will require phasing. It is anitcipated that Phase I of construction will begin in 2001. Phase I is expected to consist of most of the site preparation, construction of approximately one-half of the primary MATES building (105,000 SF), utility extension, plus associated supporting facilities. It is expected that Phase II will consist of construction of the second half of the primary MATES building (105,000 SF), plus associated supporting facilities. Phase III will consist of construction of 513,200 SF of unheated vehicle storage sheds. The estimated construction range for this project will exceed $10,000,000. All stated quantities (sf, sy, etc) are approximations and may vary. Selection of the AE Services is not based upon competive bidding procedures, but rather upon professional qualifications necessary for the satisfactory performance of the required services for the applicable project, which are listed in priority order: (1) Professional qualifications necessary for satisfactory performance of required services; (2) specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time: (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in general geographical area of the project and knowledge of the locatlity of the project, and (6) Acceptablity under other appropriate evaluation criteria. The anticipated award date for the AE contract is April 3, 2000. Firms that do not comply with these requirements will be considered non-responsive. Architect-Engineering firms desiring consideration shall submit approporate data on an SF 254 and 255. Applications are due on February 5, 2000; UNLESS this announcement appears after January 5, 2000. If the announcement does appear after Jan 5, 2000, then applications are due 30 days after CBD publication. This project is not set aside for small business (SIC 8712). It is IMPERATIVE that responses be submitted to LTC Ray Shields, MNFE-CFMO, Division of Military and Naval Affairs, 330 Old Niskayuna Rd., Latham, NY 12110-2224. Telephone (518) 786-4309. If responses are not forwarded to LTC Shields, they may not be considered, as the USP&FO is not reponsible for slection. Posted 12/30/99 (W-SN412333). (0364)

Loren Data Corp. http://www.ld.com (SYN# 0002 20000104\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page