|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 25,1995 PSA#1269U.S. Army Corps of Engineers, 600 Dr. Martin Luther King Jr. Place,
Room 821, Louisville, Kentucky 40202-2230 C -- ARCHITECT-ENGINEER SERVICES FOR DESIGN OF COMMAND AND CONTROL
CENTER, LIMA ARMY TANK PLANT, LIMA, OH Contact Mrs. Sharon Evans, (502)
582-6208. 1. Contract Information: The proposed services will be
obtained by a negotiated Firm Fixed Price Contract. The estimated
construction cost is between $1 million and $5 million. Estimated start
and completion dates are March 95 and March 96 respectively. 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. 2. Project Information: The project consists
of preparation of construction contract drawings, specifications,
design analysis, construction cost estimates, solar feasibility
analysis, energy consumption analysis, performing technical studies and
performing asbestos surveys. These documents will be required in metric
units. This project consists of a new 46,500 SF administrative building
with supporting facilities. An unfinished basement will be used as an
emergency shelter, command post or for temporary records or files
storage. The two story facility shall meet ADA standards and include an
elevator accessing the basement thru roof levels. Energy monitoring and
fire alarm systems shall be connected to existing central processing
systems. Automatic sprinklers and fire suppression systems shall be
included. Demolition and disposal of existing facility shall be
included into this project. 3. Selection Criteria: Submittals will be
evaluated against the general evaluation factors listed in Note 24 in
descending order of importance. Additional specific evaluation criteria
is provided as follows. Design and/or review of design by experienced
professionals in the fields of Architectural, Civil, Structural
(Independent of Structural), Mechanical, and Electrical and Certified
Industrial Hygienist (by the American Board of Industrial Hygienist
(ABIH) is 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
specialized experience in the field of lead paint surveying, testing
and abatement is required and must be indicated in the SF255.
Structural engineers with seismic design experience are mandatory.
Capability with prior experience and willingness to perform work
involving asbestos is required and must be indicated. Proficiency in
asbestos sampling and analysis is required, and shall be indicated. Any
assigned field inspector shall be indicated by resume in the SF 255 and
show evidence of successful testing and satisfactory completion of EPA
approved courses for building inspectors and asbestos management
planners. The sample analysis shall be performed by a laboratory
documented as having an accreditation in Bulk Asbestos Fiber Analysis
given by the National Institute of Standards and Technology (NIST)
under the National Voluntary Laboratory Accreditation Program (NVLAP).
Evidence of successful participation in the Proficiency Analytical
Testing (PAT) program of this agency shall be indicated. Firms should
indicate how life safety and fire protection will be addressed. The use
of the SPECSINTACT 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.
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 relating to
past performance. This project may require formal partnering 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. Respondig 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,
Corps 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# 0021 19950124\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|