Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 8,2000 PSA#2552

US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0090

C -- ARCHITECT-ENGINEER SERVICES FOR FITNESS CENTER, MCGUIRE AFB, NEW JERSEY SOL CBAEEN0-063-0004 POC Willien Cunningham, Procurement Assistant 212-264-9123 Room 2037 Contract Information: The accomplishment of field investigations, facility programming topographic surveys, subsurface exploration, asbestos/lead paint sampling and testing, and the preparation of studies, design analyses, plans and specifications. It is envisioned that the project work will be preformed three distinct phases: Concept Phase (Programming confirmation phase); Design Phase (30%, 90% and Final Submission and services); Construction Phase (Review of shop drawings and other contractor submittals and optional visits). Initially only the first two phases of work will be placed under contract. Multiple contracts for the various phases may be awarded based upon this solicitation. This announcement is open to all businesses regardless of size. A firm-fixed-price contract will be negotiated. It is anticipated that a contract for these services will be awarded in July 2000. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it plans to subcontract. The subcontracting plan is not required with this submittal. The work will include architectural and interior design, landscape architecture, electrical, structural, mechanical (HVAC and plumbing), civil, and fire protection engineering services. The selected firm will also be required to obtain or provide a topographic survey, subsurface exploration, and be able to perform asbestos, lead paint testing or other hazardous material testing/surveys and provide for their removal or abatement as part of the project design, if necessary. The selected firm will be required, to the maximum extent possible, to produce the entire design in hard metric units. Project Information: This new, 4750 SM, Fitness Center for McGuire AFB, New Jersey is likely to be constructed of the following: reinforced concrete foundation and floors; structural steel framing; masonry exterior walls, and; sloped metal roof system. The facility will include space for basketball, volleyball racquetball, and handball courts, an indoor running track, weight room, men and woman's locker and shower rooms, administrative spaces, and rooms for supporting functions and/or activities, such as, janitor, communication, and boiler rooms or closets. The facility will include HVAC system, fire protection and all necessary utility support such as communications, electrical, sanitary sewer and domestic water supply will be included in the project design. The work also includes, but is not specifically limited to: landscaping; the design parking areas, walks; exterior lighting; site grading and storm water system design, and; the demolition or partial demolition of existing facilities. The required services may also include: The planning, selection, and preparation of procurement forms for the purchase, by others, of furnishings for the facility from approved government sources; the preparation of building and/or site model(s) and/or a rendering. The Estimated Construction Cost is $5,000,000 to $10,000,000. The specific abilities and disciplines required but not limited to: Architecture, Interior Design, Electrical, Mechanical, Fire Protection Specialist (The fire protection specialist is defined as one of the following: (i) An engineer having at a minimum a BS degree in fire protection engineering, plus a minimum two years working experience in fire protection design; (ii) PE license in fire protection engineering; (iii) A registered PE and member grade status in the National Society of Fire Protection Engineers; (iv) An engineer with a minimum 10 years in fire protection experience with member grade status in the Society of National Fire Protection Engineers; and (v) a registered architect with member grade status of Society of Fire Protection Engineering. Services of the registered architect in relation to fire protection, shall be limited to building compliance and life safety code compliance analysis.), Structural, Civil, Estimating, Landscape Architecture, Interior Design, Hazardous Material Abatement (lead paint and asbestos), Environmental Engineering and Construction Permitting, Surveying, and Geotechnical services. Project lead personnel for engineering and architectural disciplines indicated above must be a registered. The state and first year of registration must be indicated in the SF255. Responding firms should indicate their ability to produce all required work in digitized drawings on AutoCADD 12 or later version, their capability to access an electronic bulletin board and Automated Review Management System (ARMS) via modem, and the capability to work with MCACES (Corps of Engineers Cost Estimating Software). Specifications are to be submitted in hard copy and on Microsoft Word 97 compatible software. Firms not having full in house capacity must demonstrate how they will manage subcontractors by providing a management plan. All firms must submit in block 10 of the SF255 a quality control plan detailing how the firm will execute this quality engineering product within the schedule and budget negotiated. The prime firm must identify in its submittal the qualifications of the personnel in the working office and all other offices from which personnel will be utilized. Special qualifications: The selected firm must have demonstrated experience in the design of gymnasiums or fitness facilities and demonstrate knowledge of DOD design criteria or provide past experience in the design and planning of DOD facilities. Because it is likely that environmental permits and supporting documentation may have to be submitted to state and/or local authorities, responding firms shall indicate in their submissions either an environmental or civil engineer that is registered in the State of New Jersey. Closing date for submitting SF255: 30 days after advertising date. If this date falls on a Saturday, Sunday, or Holiday the closing date will be on the next business day. Firms should submit their qualifications on 11-92 version of SF255 and SF254. SF254 should reflect the overall firms capacity, whereas, SF255 should reflect only the personnel dedicated to the specific project referenced in the submittal. If consultants are to be utilized, a SF254 must be submitted for each consultant. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted. Evaluation factors in descending order of importance: Boards will evaluate firms' qualification strictly on the basis of the announced selection criteria and their stated order of importance. The criteria will be applied as follows:a. Primary Selection Criteria 1. Specialized experience and technical competence in the type of work required. 2. Professional qualifications necessary for satisfactory performance of required services.3. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 4. Capacity to accomplish the work within the required time. Three (3) copies of the submittals should be sent to Ms. Willien Cunningham, CENAN-EN-M, Room 2037, 26 Federal Plaza, New York, NY 10278, (212) 264-9123. 5. Knowledge of the locality and location in the general geographical area of McGuire Air Force Base/Fort Dix, New Jersey and the New York District boundaries provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encouraged to submit from any geographical area Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (If applicable)b. Secondary Selection Criteria 1. Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort.2. Geographic Proximity in relation to location of project.3. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. Start date/Completion: July 2000/September 2001.Small and small disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested large firms are reminded that the successful firm will be expected to place subcontracts to the maximum practicable extent with small and small disadvantaged firms in accordance with Public Law 95-507. If a large business firm is selected, a small-business subcontracting plan will be required prior to award.Firms which have not previously applied for New York District projects and firms which do not have a current SF-254 on file with the New York District should submit two of the SF-254 with this initial response to CBD announcement. Firms using consultants should submit copies of the SF-254 for their consultants.a) Notification of all firms will be made within 10 calendar days after approval of the Final d) Copies of all SF calendar days after notifications are sent out.254's & SF 255's of all firms which are not short listed will be held for 30 selection. Notifications will not be sent after pre-selection approval. The notification will say the firm was not among the most highly qualified firms and that the firm may request a debriefing. b) The A/E's request for a debriefing must be received by the selection chairperson within 30 calendar days after the date on which the firm received the notification.c) Debriefing(s) will occur within 14 calendar days after receipt of the written request. Posted 03/06/00 (W-SN431448). (0066)

Loren Data Corp. http://www.ld.com (SYN# 0020 20000308\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page