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