|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 17,1995 PSA#1305U. 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 REHAB OF BLDG. 30 AT
WRIGHT-PATTERSON AIR FORCE BASE, DAYTON, OH POC 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 $1,000,000.00 and $5,000,000.00.
Estimated starting and completion dates are 1 July 1995 and 31 December
1995 respectively. 2. PROJECT INFORMATION: The project consists of
rehabilitating a 1943 1- and 2- story 30,000 SF wood-frame and
unreinforced-masonry building for use as open offices. B-30 was built
as a parachute repair shop, was most recently used for offices, and is
vacant. The new users will be the 164 people of the Defense
Contracting Management Office (DCMAO), which is relocating from another
facility in Dayton that is being closed. Survey of asbestos, lead paint
and PCB is being performed by the Corps for the A/E to prepare
abatement documents for inclusion in the project. DCMAO will design and
procure the furniture and workstations, the layout of which must be
included by the A/E in the project plans. The design work includes code
upgrades, space planning, new stairs and elevator, enlarged and new
toilets, electrical upgrade, communications wiring, and
adaption/extension of existing sprinkler and HVAC systems. In addition,
the work includes the seismic upgrade of the building to Zone 1
life-safety standards. 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. Experience in the design of the rehab of
buildings for open offices will be a significant selection criteria and
must be indicated in the SF 255. Design and/or review of design by
experienced professionals in the fields of civil, structural,
architectural, life-safety and fire- protection, mechanical and
electrical 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. The life safety / fire
protection person should be a professional with specialized training
and experience in this area. Drawings must be done in metric units,
with the final design submitted as Intergraph Microstation plots and
files on 3.5 inch diskettes. Corps of Engineer Guide Specs (CEGS) must
be used, and the use of the SPECSINTACT system is encouraged for
editing CEGS. Construction cost estimating shall be done with
Micro-Computer Aided Cost Estimating System (M-CACES) software provided
by the Corps. Partnering for design and construction may be used, and
firms should indicate experience in Partnering and their interest in
Partnering for this project. Design and/or review of design by
registered professionals in the fields of 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. 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. 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, 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.
(0074) Loren Data Corp. http://www.ld.com (SYN# 0024 19950316\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|