Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 25,1995 PSA#1269

U.S. Army Corps of Engineers, 600 Dr. Martin Luther King Jr. Place, Room 821, Louisville, Kentucky 40202-2230

C -- ARCHITECT-ENGINEER SERVICES FOR SITE ADAPT DESIGN OF OPERATIONS FACILITY FOR DEFENSE FINANCE ACCOUNTING SERVICE (DFAS) LOCATED AT DEFENSE CONSTRUCTION SUPPLY CENTER (DCSC), COLUMBUS, OH Contact Mrs. Sharon Evans, 502/582-6208. CONTRACT INFORMATION: The proposed services will be obtained by a negotiated Firm Fixed Price Contract. The estimated construction cost is between $500,000,000 and $1,000,000,000. Estimated start and completion dates are April 1995 and June 1996. Funds are not presently available for this procurement. The Government's obligation hereunder is contingent upon the availability of appropriated funds from which payment for the contract purposes can be made. No legal liability on the part of the Government for payment of any money shall arise unless and until funds are made available to the contracting officer for this procurement and notice of such availability to be confirmed in writing by the contracting officer is given to the contractor. Before award of this contract, the firm (if not a small business concern) shall be required to present an acceptable Small Business and Small Disadvantages Business Subcontracting Plan in accordance with Public Law 95-507. 2. PROJECT INFORMATION: The project consists of the site-adapt design of the Operations Center currently under construction at DCSC. That building is a 7-story 700,000 +SF steel structure with granite and glass skin. The new DFAS facility will occupy adjacent site. It shall have in addition to administrative office space for 3500 personnel, it shall also have full service cafeteria, auditorium, multiple passenger and freight elevators, file server/image processing room, secure storage vault, underground loading dock, secure printing area for checks, and elevated pedestrian walkway. A separate building central plant shall also provide thru underground connectivity, natural gas heating, electrica cooling, and electrical substation equipment. Expansion/upgrade of existing sewer, water, and communication networks may be required. Work also requires the demolition of existing, open shed type, storage buildings totaling 875,000 SF, renovation of warehouse space in Building 10 for relocated office (DRMO-CO), site improvements and parking lot. 3. SELECTION CRITERIA: Submittals will be evaluated against the general evaluation factors listed in Note 24 in descending order of import. Additional specific evaluation criteria is provided as follows. Design and/or review of design by experienced professionals in the fields of Arthitecture, Structural, Mechanical, Electrical, and Civil Engineerin are required and must be indicated by resumes in the SF 255. Firms should indicate two architects or engineers in each field; at least one must be a registered professional per discipline. The following specialized experience is required and must be indicated in the SF255: (a) multi-story office complex design, (b) food service/kitchen, (c) communications and data transmission, (d) utility distribution-sewer, water, electric, (e) curtain wall construction, (f) comprehensive interior design, including space allocation, finishes, and furniture, and (g) landscaping. Buildings designated for demolition contain asbestos containing materials, specifications shall be developed for removal as part of project. Firms should indicate how lift safety and fire protection will be addressed. The use of SPECINTACT system is encouraged for preparation of specifications. Construction cost estimating shall be accomplished using the Micro-Computer Aided Cost Estimating System (M-CACES) software. Experience with M-CACES should be indicated in the SF 255. The MS-DOS compatible M-CACES software and database will be furnished. In addition to drawing plots, the final drawings must be submitted as Intergraph Microstation drawing files on 8mm/2.3 GB or 9 track/1600 bpi ANSI tpe format. The CADD effort may include digitizing some existing record drawings. Each SF 255 must include a description of a formalized Quality Control (QC) Plan relating to design and specifically tailored to this work. The QC Plan will explain how the firm and all subconsultants will produce a quality design which is free of errors and omissions. The QC Plan will be considered as part of the evaluation factor relatng to past performance. We intend to formally partner this project with the selected firm. 4. 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. SF 255 (Revision 10-83) is obsolete and only the 11-92 edition of SF 255 will be accepted. All responses on SF 255 to this announcement must be received no later than 4:30 pm Local Time on the 30th calendar day after the date of this publication to be considered for selection. The day following this CBD announcement counts as day number 1. If the 30th day falls on Saturday, Sunday or a U.S. Gov't. holiday, the deadline is the close of business on the next Gov't. business day. 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, Corp of Engineers, must also furnish a completed SF 254. If a SF 254 is included, only the 11-92 edition of the form will be accepted. 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 $2.5 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. This is not a request for proposals. (023)

Loren Data Corp. http://www.ld.com (SYN# 0020 19950124\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page