Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 10,2000 PSA#2554

Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Procurement, 14th & C. Streets, S.W., Washington, DC, 20228

C -- A&E DESIGN SERVICES TO ADD ADDITIONAL SPACE TO EXSISTING SOL BEP-00-14 DUE 041100 POC Gordon Hackley, Contract Specialist, Phone (202) 874-2226, Fax (202) 874-2200, Email gordon.hackley@bep.treas.gov-- Denise Wright, Sup. Contract Specialist, Phone (202) 874-2246, Fax (202) 874-2200, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=BEP-00-14&Loc ID=142. E-MAIL: Gordon Hackley, gordon.hackley@bep.treas.gov. The Bueau of Engraving and Printing (BEP) has a requirement for Architectural and Engineering (A&E)Services for its Western Currency Facility (WCF),located in Fort Worth, Texas. This is an unrestricted requirement. No formal solicitation will be issued other than the submission of SF254s and SF255s, which will evaluated for award of a single contract. Multi-Disciplined A&E Services shall include but not be limited to developing A&E designs, construction drawings, specifications, cost estimates, schedules and studies for the Design of (1) an 86,400 Square Foot Addition to the Production Area, (2) a 17,600 Square Foot Dock and Truck Cell, and (3) a Tour Facility. The successful contractor must have the ability to provide all engineering design disciplines (such as mechanical, structural, electrical, architectural, fire protection etc...) In addition, the successful contractor must supply A&E Services to accommodate any unique architectural&engineering needs (such as landscape architecture, interior design, acoustical design, artistic rendering ect...)as required by the BEP. The contractor must have the ability to provide varying degrees of construction phase services. The contractor shall submit a 100% design package ready for bid and construction within 208 calendar days after the date of the "Notice to Proceed". It is anticipated that a single award contract will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non cost factors. Selection of the successful A&E firm will be based on the following Evaluation Criteria listed in the relative order of importance: (1)Past record of performance on projects to building additions and new buildings of industrial facilities in terms of cost contraol, qwuality of work, and compliance with performance schedules;(2)Availability, specialized experience, and technical competence of key personnel and potential subcontractors in the design of building additions in an industrial facility; (3)Past experience in working with Government intities on industrial porjects eith specialized equipment;and (4)Location of the firm in the general geographical area of the required work. Knowledge of the locality of work and familiarity with local codes and requirements. Firms desiring consideration shall submit three (3) copies of SF254 and SF255 to the Bureau of Engraving and Printing, Office of Procurement, Attn:Gordon A. Hackley, 14th and C Streets, S.W., Room 705-A, Washington, DC 20228-0001. The SF254s and SF255s must be received in the BEP's Procurement Office by 3:00p.m. Eastern Standard Time on April 11, 2000. This is not a Request for Proposal. No formal Request of Proposal will be issued other than this request for SF254s and SF255s. See Note 24. The following is a copy of the Statement of Work: BUREAU OF ENGRAVING AND PRINTING WESTERN CURRENCY FACILITY STATEMENT OF WORK FOR AE SERVICES EXPANSION OF THE PRODUCTION AREA AND FEDERAL RESERVE SHIPPING FACILITY AND TOUR FACILITY ADDITION February 9, 2000 1.0 SCOPE 1.1 The services to be provided are for the design of an 86,400 square foot addition to the Production Area, a 17,600 square foot dock and truck cell facility, and a Tour Facility for the Western Currency Facility (WCF) in Fort Worth, Texas. The Western Currency Facility is presently fully developed with equipment to manufacture today_s currency. The Bureau of Engraving and Printing (BEP) has need for additional space and equipment. Also, the present facility has just two Federal Reserve Shipping Truck Cells. The required handling and staging of currency shipments is inefficient and time consuming. The addition of four new truck cells will allow a more efficient staging and handling currency. In an effort to educate the public about the business of the Bureau, a Tour Facility is needed at the Western Currency Facility. The Tour Facility will allow controlled public access to the WCF without the interruption of the manufacturing process or breaching any security requirements. 2.0 SITE 2.1 Thesite for this project is the Western Currency Facility at 9000 Blue Mound Road in Fort Worth, Texas. The expansion of the Production Area shall be to the west and south of the present Production area. The addition of the four truck cells will be immediately to the south of the present Federal Reserve Shipping Area. The Tour Facility will be located immediately adjacent to the Production Area at the Northwest corner of the Production Area and will have a Remote Transfer Station at the perimeter of the site. See Attachment _A_ and _B_ (Attachment A&B may be obtained by contacting Mr. Robert Cargile at (817) 847-3614). 3.0 REQUIREMENTS 3.1 The minimum program requirements for the design of the three components of this project are as follows: 3.1.1 Expansion of Production Area: 3.1.1.1 A press area with two offset press foundations. The presses with lighted viewing booths will be installed under separate contract outside of the contract for construction. 3.1.1.2. Office areas for Press Foreman and Supervisors 3.1.1.3 Prepress Area for preparation of offset printing materials 3.1.1.4 Area for staging materials and for work in process. 3.1.1.5 Restroom facilities, both sexes. 3.1.1.6 Break area with vending machines, drinking fountains, telephones, tables, and chairs. 3.1.1.7 Paper Storage room with _push back_ racking system with fire sprinkler system in rack 3.1.1.8 Janitor closets. 3.1.1.9 Dock facility for receiving paper shipments with associated site paving and dock equipment. 3.1.1.10 Enclosure for trash dumpsters and compactors. 3.1.1.11 Mechanical Penthouse at the roof level with air handlers, electrical substations, and misc. mechanical equipment. 3.1.1.12 Mechanical area for the installation of equipment to support HVAC needs of the expansion and/or addition. 3.1.1.13 Vacant area (approximately 120 feet wide by 260 feet long) for future process equipment immediately adjacent to the Production Area. 3.1.1.14 Vacant area for future process waste treatment or special utility support 3.1.1.15 Accommodationsfor security equipment for monitoring operations in area. 3.1.2 Federal Reserve Truck Cell Addition 3.1.2.1 Demolition as required for access to the new truck cells. 3.1.2.2 Four new truck cells to completely enclose trucks during loading. 3.1.2.3 Automotive exhaust system to remove fumes while idling. 3.1.2.4 Truck restraint equipment and dock bumpers. 3.1.2.5 Bollards and guardrails as required to protect the building from vehicle and fork lift traffic. 3.1.2.6 Dock area for movement of equipment loading and unloading trucks. 3.1.2.7 Associated site paving and lighting for vehicular traffic. 3.1.2.8 Security walls with attack resistant openings to resist attack by intruders as required by Department of State Standard for forced entry under the provisions of Section 1.2b, SD-STD-01.01, Revision G, with a classification as a Fifteen (15) Minute Forced Entry. 3.1.2.9 Offices for supervisors of dock operations 3.1.2.10 Police surveillance enclosures to oversee truck cell operations. 3.1.2.11 Enclosed staging areas for the staging of currency prior to shipping that can be secured. 3.1.2.12 Security equipment for monitoring operations and access control in area. 3.1.2.13 Restroom and break facilities for personnel in area. 3.1.3 Tour Facilities The Tour Facilities will be based on a conceptual design prepared in 1995. Using the conceptual design, the AE Contractor shall prepare a design incorporating significant parts and concepts represented in the design. These major components are as follows: 3.1.3.1 The design should accommodate 500 persons per day, 7 days per week. These visitors will be school age children as well as adults. 3.1.3.2 The design shall be ADA Compliant. 3.1.3.3 A separate parking area outside of the security perimeter will be provided for passenger cars and truck, vans and buses. The AE Contractor shall contact the Texas Department of Transportation and participate in a traffic study to determine the safest location for the entrance onto the state highway. TxDOT determination of the entrance willdetermine the location of the Remote Transfer Station. 3.1.3.4 Processing and security checks will be made at a Remote Transfer Station outside of the security perimeter. 3.1.3.5 Transportation from the Remote Transfer Station to the Visitor_s Center will be by shuttle bus. The shuttle buses are not in this contract. 3.1.3.6 Immediately north of the Production Area, a Visitor_s Center shall be constructed. This Visitor Center shall complement the design of the Administrative Area and shall use materials presently in use. 3.1.3.7 Significant area in the Visitor_s Center shall be provided for displays of currency and relating printing, equipment from past and present production and interactive displays of printing and currency technologies. The displays and equipment are not part of this project. 3.1.3.8 An area for souvenir sales and currency sales will be provided with associated storage space. 3.1.3.9 An auditorium to accommodate seventy five (75) visitors will be provided. This area will be provided with seating and audio visual aids. 3.1.3.10 Office area shall be provided for personnel operating the Visitor Center. 3.1.3.11 Security areas shall be provided for security operations in the Visitor Center. 3.1.3.12 Rest room facilities shall be provided at the Remote Transfer Station and in the Exhibition Area. 3.1.3.13 An elevated Viewing Gallery will be constructed in the Production Area to allow viewing of selected printing processes. 3.1.3.14 Video display terminals will be used in the Viewing Gallery to show processes and equipment not visible from the Viewing Gallery. 3.2 The AE Contractor shall perform an on site visual inspection of the existing facility. _As built_ drawings of the facility will be provided to the AE Contractor for his use during the design of the additions. The AE Contractor shall independently verify all information provided by the BEP. All drawings and documentation provided to the AE Contractor are to be used to verify _as built_ conditions and are not warranted to be accurate. 3.3 The AE Contractor shall design the expansion and additions and shall completely document the design for construction. The design of this work shall include, but shall not be limited to the following disciplines: civil, structural, architectural, mechanical, electrical, fire protection, security, and plumbing. The AE Contractor shall provide for site work, foundations, structural framing, exterior enclosure, roofing, floor slabs, press foundations, and all interior architectural work. 3.4 The AE Contractor shall be responsible for the design and documentation for the following utilities: 3.4.1 Heating, Ventilation, and Air Conditioning of the expansion and additions to meet industry standards for a printing and manufacturing facility. Vehicle exhaust evacuation systems shall be designed in the Federal Reserve Truck Cells. 3.4.2 Lighting for a manufacturing facility and miscellaneous support facilities such as offices, toilets, storage and repair areas. 3.4.3 Power for major pieces of equipment, low voltage powerfor convenience outlets and welding outlets, and specialized power needs. 3.4.4 Grounding for all electrical needs as well as building framing and lightning protection. 3.4.5 Water and sanitation as needed for the personnel and equipment to be present. 3.4.6 Process piping to support equipment and manufacturing processes. 3.4.7 Telephone service and computer communication lines extensions from existing systems to the new areas. 3.4.8 Security system hardware needed to extend the existing Integrated Security System to the new areas. 3.4.9 Fire protection system extensions and expansion as needed to completely protect the new expansion and addition. 3.4.10 Exterior lighting shall be modified to reflect the new building shape. 3.4.11 Landscape Irrigation shall be modified to provide coverage to the site affected by the additions and extensions of the building. 3.5 The WCF is a secure facility. Access to the facility is strictly controlled. Security measures shall be a part of all design documents requiring personnel to access the site. 3.6 The AE Contractor shall include in the construction documents, phasing of the work so that completion of an area (Area _A_) of 26,400 square feet (220 feet wide by 120 feet deep) with press foundations shall be completed in advance of the remainder of the project and no later than May 2, 2002. This area will be readied in advance so that press installation can begin as soon as possible. Utilities for this area may be extended from the existing Production Area initially and then connected to new sources of utilities when they become available during the building process. The completion of this area shall be a significant milestone in the building contractor_s schedule. 3.7 The AE Contractor shall develop a quality plan. This plan shall be submitted as part of the Contractor_s technical proposal. The plan should outline the following: 3.7.1 The management and organization of this project 3.7.2 Intended key technical personnel, such as subcontractors, discipline managers, project manager, etc. 3.7.3 Narrative describing product quality control. 3.7.4 All design comments generated during the BEP review process will be presented in writing on a form similar to the Attachment _C_ and shall be answered in writing by the AE Contractor. All comments agreed to by the AE Contractor shall be incorporated into the design. All comments disagreed with by the AE Contractor shall be discussed with the BEP until agreement is reached. 3.8 After award of the design task, the AE Contractor shall follow certain minimum standards of quality: 3.8.1 There is to be a consistency of key personnel throughout the project. 3.8.2 All deliverables shall be routed through, reviewed and approved by the AE 3.8.3 Contractor project manager. 3.8.4 The AE Contractor at no additional cost to the Government shall rectify all mistakes, omissions or errors discovered during the construction process. 3.9 The steel structure shall be sized to support a cast in place concrete roof deck with a roofing system with insulation. A user live load shall be included of forty (40) pounds per square foot in addition to live and dead loads required by the Uniform Building Code. The additional live load is for future equipment and future unidentified uses. 3.10 The exterior closure shall be tilt up concrete panels to match the existing building. These panels shall match the existing panels in design and appearance. The height of the expansion of the Production Area and the addition to the Federal Reserve Shipping Area shall match the existing building. 3.11 The AE Contractor shall comply with all local, state and nationally recognized building codes and the NFPA Life Safety Code. 3.12 During the preparation of cost estimates required by the submittals, the cost of construction for the Tour Facility shall be itemized separately from the other two components of this project. 3.13 The AE Contractor shall provide the following post design services: 3.13.1 The AE Contractor shall attend a Pre Bid meeting with potential bidders for the construction contract. This meeting will be set up by the project COTR at the WCF. 3.13.2 The AE Contractor shall provide submittal review services during the construction process. The AE Contractor shall receive construction submittals from the Construction Contractor, review them within fourteen (14) days and return them to the BEP with comments. 3.13.3 The AE Contractor shall answer all construction contractor questions relating to the design during the bid process and the construction process. 3.13.4 The AE Contractor shall provide services in the form of site visits and continuous _on site_ representation to ensure proper construction practices and adherence to the design documents and intent. This shall include the following: 3.13.4.1 A minimum of eight hours per week from the date the Construction Contractor receives a _Notice to Proceed_ until completion of the _Project Punch List_ of _on site_ representation by project engineers or architects as requested by the BEP. 3.13.4.2 The AE Contractor shall also provide weekly visits by the Project Manager or his knowledgeable representative to attend _on site_ construction progress meetings. 3.13.4.3 The AE Contractor shall provide one continuous _on site_ representative knowledgeable of the design and all related disciplines to assist BEP personnel in distributing and reviewing shop drawings, Requests for Information, attend meetings and to observe construction for compliance with the design documents and building standards. This representative shall prepare the Final Punch list for the Project with assistance from the BEP. All databases generated by the AE Contractor shall be generated on Microsoft Excel, Word and Projects. 3.13.4.4 The Government will provide all hardware, office space, computers, software, telephone service, electrical service, office supplies and furniture required for the continuous _on site_ AE Contractor personnel and as approved by the BEP. 3.14 The cost of construction for this project shall not exceed $22,000,000. The AE Contractor shall advise the BEP as soon as possible if the cost estimates generated during the design process indicate that the work exceeds the budgeted amount. The BEP will reduce or eliminate requirements as needed to keep the cost of the contract for construction under the budgeted amount. If after the solicitation for construction services is bid, the contract for construction exceeds $22,000,000, the AE Contractor shall provide services to the BEP at no additional cost as necessary to reduce the construction cost to the budgeted amount. 4.0 SCHEDULE AND SUBMITTALS 4.1 The Contractor shall conform to the following submittal schedule procedures for the design drawings, specifications, estimates, and analysis. 4.1.1 The Contractor shall submit ten (10) copies of any and all submittals to the Contracting Officer_s Technical Representative (COTR,) unless otherwise noted. All drawings shall be full size unless otherwise noted. All specifications shall be bound, unless noted otherwise. 4.1.2 The Contractor shall submit, thirty (30) calendar days after the date of the _Notice to Proceed_ to submit a 30% submittal for review. The BEP will have fourteen calendar days to review and issue comments and revisions. The Contractor shall participate in a review meeting held at the WCF, in order to discuss the submittal. The 30% design submittal shall include: 30% Schematic Drawings (blueline prints) Listing of Specification Sections to be included in the Final Design Documents 30% Cost Estimate 30% Construction Schedule 4.1.3 The Contractor shall submit forty five calendar days after the date of the 30% Submittal a 60% submittal for review. The BEP will have fourteen calendar days to review and issue comments and revisions. The Contractor shall participate in a review meeting held at the WCF, in order to discuss the submittal. The 60% design submittal shall include: 60% Design Development Drawings (blueline prints) 60% Specifications (first draft with products identified) 60% Cost Estimate 60% Design Analysis and Engineering Calculation 4.1.4 The Contractor shall submit seventy five calendar days after the date of the 60% Submittal a 90% Submittal for review. The BEP will have fourteen calendar days to review and issue comments and revisions. The Contractor shall participate in a review meeting held at the WCF, in order to discuss the submittal. The 90% design submittal shall include: 90% Design Drawings (blueline prints) 90% Specifications 90% Cost Estimate 90% Construction Schedule 4.1.5 The Contractor shall submit, fourteen calendar days after receipt of the BEP 90% comments/revisions, a 100% design package. These Posted 03/08/00 (D-SN432542). (0068)

Loren Data Corp. http://www.ld.com (SYN# 0023 20000310\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page