Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 27,1995 PSA#1291

U.S. Army Engineer District, Savannah, Corps of Engineers, ATTN: CESAS-EN-EA, P.O. Box 889, Savannah, Georgia 31402-0889 or 100 W. Oglethorpe, Savannah, GA 31401-3640

C -- DESIGN OF BARRACKS COMPLEXES, INCLUDING ASSOCIATED ADMINISTRATIVE, OPERATIONS, DINING AND SUPPORT FACILITIES IN NC, SC, GA, FL, TN, MS & AL POC Diego Martinez at 912/652-5738. 1. CONTRACT INFORMATION: a. Nature of Work: A-E services are expected to be required for the design of Army and Air Force barracks complexes and all supporting facilities in the South Atlantic Division (Savannah and Mobile Districts) of the Corps of Engineers (NC, SC, GA, FL, TN, MS & AL). A-E services may include site investigations, planning, engineering studies, concept design, final design (option), and construction phase engineering support (option). Work will be accomplished between Aug 95 and April 96. Concept designs will usually be completed within 2-3 months of contract award and final design completed within 4-6 months of concept design approval. b. Contract Award Procedure: A list of at least three most highly qualified and technically equal firms will be selected using the primary criteria listed below. The firms will be ranked in order of negotiation using the secondary criteria listed below. When a directive for the first project of this type is received, negotiations shall begin with the top ranked firm. When a directive is received for a subsequent project, or if negotiation with a firm are unsuccessful, negotiations shall begin with the next ranked firm that has not been offered a contract for negotiation. If the list of ranked firms is exhausted, the negotiation cycle shall begin again with the top ranked firm. None of the projects have been authorized for design and funds are not presently available for any contracts (See FAR 52.232-18). This announcement is open to all businesses regardless of size. Large business offerors that require subcontractors must identify subcontracting opportunities with small business, woman owned and small disadvantaged business subcontracting plan in accordance with FAR 52.219.9 and DFARS 219.704/705 as part of the Request for Proposal package. The following subcontractoring goals are the minimum acceptable goals to be included in the subcontracting plan: OF THE SUBCONTRACTED WORK, 60% to SMALL BUSINESS; 10% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 5% TO WOMAN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS). Large business firms that intend to do subcontracting must convey their intent to meet the minimum subcontracting goals on the SF 255, Block 6. Written justification must be provided if the minimum goals cannot be provided. For additional information concerning SUBCONTRACTING PLAN requirements, contact Gwennette Miller, Small Business Specialist, 912/652-5340. ** 2. PROJECT INFORMATION: Barracks complexes will be up to 15,000 square meters and may include associated administrative, operations, dining and supporting facilities with associated energy monitoring and control systems, communication systems, fire protection and alarm systems, electrical, high temperature and chilled water systems, water and sewer utilities, demolition and site development and improvements. The estimated construction cost of each project is more than $10,000,000. ** 3. SELECTION CRITERIA: The selection criteria in descending order of importance are: PRIMARY CRITERIA ** a. Specialized experience in the type of work described in Project Information. The estimates for this project shall be prepared using the latest Version of MCACES Gold Software. The software and User's Manual will be provided to the successful A-E. The drawings will be prepared using graphics created via Microstation 32 or Micro/Station PC (4.0) and or AutoCADD Version 11. All drawing files delivered to the District that have been created using AutoCADD Version 11 must be translated to .dgn files. The Contractor shall possess the software to enable the full translation of drawing files from .dwg to .dgn and vice versa. Before final selection the preselection A-E's may be required to demonstrate the above compatibility by reproducing a Government supplied standard drawing and translating it to the Intergraph format above. The method of translation must be thoroughly described and documented in Block 10 if the A-E does not have an Intergraph CADD System. The A-E selected will be required to submit a Design Quality Assurance Plan concurrently with their fee proposal. Information on what is to be contained in this plan will be furnished upon notification of selection. Firms responding to this announcement are requested not to transmit this plan with their SF 255. ** b. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. ** c. Capacity to accomplish the design in the required time and dedicate personnel in the following disciplines: architecture, interior design, civil, structural, mechanical and electrical engineers; industrial hygienist and topographic surveyors. The design team must include a Registered Engineer or Registered Architect who is a full ''member'' in good standing of the Society of Fire Protection Engineers (SFPE) or an individual who is a registered Fire Protection Engineer and whose principle duties are Fire Protection Engineering. ** d. Professional qualifications of key management and professional staff members. SECONDARY CRITERIA ** e. Extent of participation of SB, SDB, WOB, historically black colleges and university and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. ** f. Location of the firm in the general geographic area of the project. ** g. Volume of DoD contract awards in the last 12 months as described in Note 24. ** 4. SUBMITTAL REQUIREMENTS: Firms desiring consideration must submit ONE (1) copy of SF 255 (revised 11/92) for prime and ONE (1) copy of SF 254 (revised 11/92) for prime and each consultant to the above address by 27 March 1995 to be considered for selection. DEPTH of PRIME and SUBCONTRACTOR personnel in EACH discipline must be shown in Block 4 of SF 255 and SF 254 to clearly identify the number of personnel in each firm and discipline. COVER letters and extraneous materials are NOT desired and WILL NOT be considered. ** PHONE calls are DISCOURAGED unless absolutely necessary. Personal visits for the PURPOSE of DISCUSSING this announcement will not be scheduled. THIS IS NOT A REQUEST FOR A PROPOSAL. (0054)

Loren Data Corp. http://www.ld.com (SYN# 0024 19950224\C-0012.SOL)


C - Architect and Engineering Services - Construction Index Page