|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 28,1995 PSA#1292U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street,
Omaha, NE 68102-4978 C -- POTENTIAL FIXED-PRICE CONTRACTS FOR DESIGN OF AIRCRAFT
MAINTENANCE FACILITIES/HANGARS IN THE OMAHA DISTRICT SOL
DACA45-95-R-0044 POC For further information, contact John M. Miller
at: (402) 221-4176. CONTRACT INFORMATION: A-E services are expected to
be required for the design of this type of project within the Omaha
District. Services required may include site investigations, studies,
reports, concept design, final design, and construction phase services.
A separate firm-fixed-price contract will be negotiated for each
project. A list of most highly qualified and technically equal firms
for this type of project will be established based on evaluation
criteria (a) through (c). When a project of this type is authorized,
the list will be ranked in order of qualifications based on evaluation
criteria (d) through (g) and negotiations will begin with the top
ranked firm. Firms awarded contracts under this solicitation will not
be considered for ranking again until all firms on the list of most
qualified firms have been offered contracts. Firms will be selected for
this type project from the list established under this solicitation for
the next 12 months. No projects of this type are currently authorized
for design and funds are not presently available for any contracts (see
FAR 52.232-18). The Omaha District may establish a design partnership
with A-Es selected for projects under this solicitation. If a design
partnership is to be established, the selected A-E will attend a
one-day partnering meeting prior to negotiation to define Omaha
District expectations of the A-E, create a positive working atmosphere,
encourage opem communication, and identify common goals. Greater
emphasis will also be placed on the A-E's quality control proceedures.
The District will not review quality into the project. The A-E
selected for a project under this solicitation must submit for approval
a project-specific design quality control plan as a condition of
contract award. This plan is not required with this submittal. If a
large business is selected for a project under this solicitation, it
must comply with FAR 52.219-9 regarding the requirement for a
subcontracting plan on that part of the work it intends to contract.
This plan is not required with this submittal. The subcontracting goals
for this contract are that a minimum of 28% of the contractor's
intended subcontract amount be placed with small businesses (SB),
including small disadvantaged businesses (SDB), and 8% be placed with
SDB. PROJECT INFORMATION: Projects may be located at any of the
military installations within the Omaha District. Projects may consist
of design for new construction, additions or repair and rehabilitation
of hangars or maintenance facilities for a wide variety of aircraft.
Major functional spaces may include maintenance/aircraft storage bays,
painting, testing and inspection, tool and equipment storage petroleum
oil and lubrication (POL) storage and disposal, administrative areas
and locker rooms. Projects may also include aqueous film forming foam
(AFFF) fire protection systems, fuel dispensing systems, oil-water
separators and design for lead paint/asbestos removal. Site work may
include taxiway and aircraft parking pavement, utilities and design for
demolition of existing facilities including lead paint/asbestos
removal. The estimated construction cost of projects will be between
$1,000,000 and $10,000,000. SELECTION CRITERIA: See Note 24 for general
selection process. Criteria for selection, in order of importance, are:
(a) Recent specialized experience and technical competence of the firm
(including consultants) in: (1) Design of facilities similar to those
described above. (2) Producing quality designs as evidenced by the
firm's quality control procedures. (3) Effective coordination and
management of the project team, including consultants. (4) Construction
cost estimating and preparation of estimates on IBM compatible personal
computers using Corps of Engineers Micro-Computer Aided Cost Estimating
System (M-CACES) GOLD version or similar system (M-CACES software will
be provided). (5) Producing Computer Aided Drafting and Design (CADD)
drawings fully compatible with one of the following: Intergraph
Project Architect (version 3.4.1 or later), Intergraph Unix System 5
Microstation 32 (version 4.0 or later, Intergraph MS-DOS Microstation
PC (version 4.0 or later). (b) Professional qualifications and
specialized experience in providing services similar to those listed
above of the proposed team members (including consultants) in the
following disciplines: architecture, estimating, lead paint/asbestos
removal and civil, electrical mechanical, structural,
sanitary/environmental and fire protection engineering. (c) Capacity to
design a project as described in Project Information within a twelve
month period. (d) Past performance as described in Note 24. (e)
Location and knowledge of the locality of the project. (f) Extent of
participation of SB, SDB, historically black colleges and universities,
and minority institutions in the proposed contract team, measured as a
percentage of the estimated effort. (g) Volume of DOD contract awards
in the 12 month period prior to selection as described in Note 24.
SUBMITTAL REQUIREMENTS: Solicitation packages are not provided for A-E
contracts. This is not a request for proposal. Firms desiring
consideration shall submit two copies of a combined SF 255 and separate
SFs 254 for prime and each consultant. To be considered, submittals
must be sent to the U.S. Army Corps of Engineers and addressed as
follows: Omaha District, A-E Contracts Support Section, ATTN: John M.
Miller, CEMRO-ED-MG, 215 N. 17th Street, Omaha, NE 68102-4978.
Submittals must be received no later than close of business on the 30th
day after the date of publication of this announcement. If the 30th day
is a Saturday or Sunday or a federal holiday, the deadline will be the
close of business on the next business day. In block 10 of the SF 255,
provide the following: (a) Design Management Plan (DMP). The DMP should
be brief and include an explanation of the firm's management approach,
management of subcontractors (if applicable), specific quality control
procedures used and an organizational chart showing the
inter-relationship of management and various team components (including
subcontractors). (b) The firm's present workload and the potential
availability of the firm's staff (including consultants) for the period
during which firms will be selected from the list established from this
solicitation. In block 3 of SF 255 provide the submitting firm's number
(six or seven digits) assigned by the North Pacific Division, U.S. Army
Corps of Engineers, for the Architect-Engineer Contract Administration
Support System (ACASS) and the firm number for any consultants in
block 6 of the SF 255. If unknown, so state. To receive information to
obtain an ACASS number, call (503) 326-3459. Personal visits for this
solicitation to the Omaha District offices will not be scheduled. See
Numbered Note(s): 24. (0055) Loren Data Corp. http://www.ld.com (SYN# 0012 19950227\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|