Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2, 2001 PSA #2780
SOLICITATIONS

C -- ARCHITECT-ENGINEER SERVICES FOR PREPARATION OF DESIGN PLANS, SPECIFICATION AND COST ESTIMATES FOR THE INTERIOR AND EXTERIOR RENOVAITON OF THE HAYES GYMNASIUM AT THE U.S. MILITARY ACADEMY, WEST POINT, NEW YORK

Notice Date
January 31, 2001
Contracting Office
US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0090
ZIP Code
10278-0090
Solicitation Number
CBAEN-01-0004
Point of Contact
Willien Cunningham, Procurement Assistant 212-264-9123
Description
Scope of services required: The Government intends to award one contract for the completion of the services outlined herein. No further announcement with regards to this project will be made in the future. The services required are as follows: Preparation of plans, specification and cost estimates for the Interior and Exterior Renovation of the Hayes Gymnasium. The Hayes Gymnasium is a historically significant structure on the West Point Campus which was built in 1910. It is approximately 79,000GSF and houses various physical development programs of the US Military Academy. The project will include the following: Exterior Work: Repair the exterior facades and roof of the remaining buildings of the Arvin Cadet Physical Development Center. The remaining buildings were constructed in stages from 1910 to 1975. Work includes: restoration of the building facades, repair of some of the roofs, repair of skylights, repair of existing exterior lighting, limited drainage work, seismic upgrade, structural and mechanical work related to above, exterior signage, and hazardous material abatement in work areas. A design of the above work was completed in 1996 but never constructed. These design drawings need to be reviewed and updated to reflect the current conditions.Interior Work will include the following: Basement:Remove ODIA lockers and renovate ODIA locker room area.First Floor: Replace HVAC system servicing the swimming offices. Incorporate into gym system, if possible.Renovate first floor per previous design options drawing. Work includes old '62 room and existing boxing rooms as well as corridors between rooms.Provide HVAC (air conditioning) for north '62 room(existing boxing rooms).Gym Level:Replace the entire HVAC system. New HVAC system should be installed. Utilize roof top units. System should include perimeter heat on the gym floor level.Replace interior ceilings.Replace or repair windows Replace lighting throughout. It should include gym lighting, running tracking lighting and lighting beneath the running track.Install new electrical system throughout gym.Install new track around gym if structurally feasible. If not, remove track and under lament and replace with new.Install new sound system with classroom technology. System should include sound system for voice and music, PA, computer connections for DATA, video and TV.Add three additional I-beams across structural steel in ceiling grid to support ropes and rings. (Similar to southwest corner)Add pulley system to secure ropes and rings when not in use.Install drop netting or folding divider to separate gym courts. Install special lighting in center of gym to support boxing meet.Restore interior brick fa ade.Install new bleachers Replace IOCT complex (bars and shelves).Install new circuits in corners of track Install spiral staircase in corner of gym.Install new wood floor. Build-in storage areas on north and south ends of the gym.Install 3 scoreboards Replace backboards Replace running track timing system 3rd Floor:Remove non-load bearing walls in old wrestling office area. Complete gut of area and refinish a multipurpose classroom.New HVAC(A/C) in old wrestling office area.Stairways:Renovate north and south stair towers. Include restoration of floors, walls and ceilings.Renovate passenger elevator and freight elevator.Upgrade stairway lighting. Technical capability required: Firms must demonstrate how they will manage this project to insure quality control. The prime must identify in the submittal the quantity and disciplines of personnel in their working office. These specific disciplines are required: Architects; Civil and Structural Engineering, Mechanical and Electrical Engineering including HVAC, plumbing, utilities, telecommunications (including Fiber Optics), Information systems, fire detection/protection systems. NFPA certified Fire Protection/Detection Engineer. A licensed Industrial Hygienist. A Cost Estimating Specialist is also required. The lead project personnel must be licensed professional engineers or architects. Special Qualifications: Previous experience with the design of gymnasiums, physical fitness centers and experience in design within historically significant spaces. A/E must have previous experience working on active military installations. Also previous experience in the seismic upgrade of historically significant buildings. The A/E as part of his submittal will include an execution plan which delineates how the work will be accomplished. Submittals should include in Section 10 of SF 255 examples of design work on similar projects that demonstrates the re-use of construction materials to achieve waste reduction and energy efficiency. Responding firms should indicate their ability to access an electronic bulletin board and Automated Review Management System (ARMS) via a Hayes or Hayes compatible modem, through an IBM compatible PC. Past experience with the Corp's M-CACES Gold Cost Estimating program, or the firm's capability to use the program is required. Production of drawings (CADD) must be accomplished in the latest version of AutoCAD. Specifications and design analyses shall be prepared using MS Word 00. Plans and specifications will also be required in Electronic Bid Sets (EBS), which requires specifications to be in Portable Document Format (.pdf) and all Contract design files to be provided in Continuous Acquisition and Life-Cycle Support (.cal) format. Cost estimates shall be accomplished in the latest version of M-CACES. 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 must submit their qualifications on 11-92 version of SF255 and SF254. SF254 should reflect the overall firms capacity, whereas, SF 255 should reflect only the personnel dedicated to the specific project referenced in the submittal. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted. 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.5. Knowledge of the locality in the general geographical area of West Point, New York, 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.6. Sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design.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 U.S.M.A. 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 business, veteran-owned small business (including service-disabled veteran-owned small business) HUBZone small business, small disadvantaged business, and women-owned small business concerns.Approximate start date of contract: July 2001 . Approximate completion date of contract: February 2004 Estimated Construction cost is $10,000,000 Small business, veteran-owned small business (including service-disabled veteran-owned small business( HUBZone small business, small disadvantaged business and women-owned small business concerns. are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small business, veteran-owned small business (including service-disabled veteran-owned small business )HUBZone small business, small disadvantaged business and women-owned small business concerns in accordance with Public Law 95-507.2. 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 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. d) Copies of all SF 254's & SF 255's of all firms, who are not short listed, will be held for 30 calendar days after notifications are sent out. Three (3) copies of the submittals should be sent to Ms. Willien Cunningham, CENANEN-M, Room 2037, 26 Federal Plaza, New York, NY 10278, (212) 264-9123.
Record
Loren Data Corp. 20010202/CSOL007.HTM (W-031 SN50C3F0)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on January 31, 2001 by Loren Data Corp. -- info@ld.com