|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 23,1995 PSA#1309U. 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 VEHICLE MAINTENANCE
FACILITIES WITHIN THE LOUISVILLE DISTRICT BOUNDARIES OF KY, IL, IN, TN,
OH, AND MI POC Contact Mrs. Robin Woodruff, (502) 582-5598 1. CONTRACT
INFORMATION: a. Nature of Work: A- E services are expected to be
required for the design of vehicle maintenance facilities projects
within the boundaries of the Louisville District. A-E services may
include site investigation, planning, engineering studies, concept
design and final design. The A-E contracts will be awarded between June
1995 and May 1996. It is our intent to enter into a Partnering
Agreement on all projects. This could require the selected A/E to
attend an approximate one-day partnering meeting prior to negotiation
to define the District's expectations of the A/E, create a positive
working atmosphere, encourage open communication, and identify common
goals. Greater emphasis will also be placed on the A/E's quality
control procedures as the District will not review quality into the
project. The A/E selected for a project under this solicitation will be
required to submit a project-specific design quality control plan for
approval as a condition of contract award. This plan is not required
with this initial submittal. Metric design, in whole or in part, could
be required for the authorized projects. Construction cost estimating
must be accomplished using the Micro- Computer Aided Cost Estimating
System (M-CACES) software (software and database will be furnished).
Specifications must be electronically developed using Corps of
Engineers Guide Specifications (CEGS). Drawing development may be by
any CADD system but submittals must be in accurately-translated
Intergraph Microstation format unless otherwise specified. b. Contract
Award Procedure: This will be the only announcement for the design of
Vehicle Maintenance Facilities within the Louisville District during
the next 12 months. A separate firm-fixed price contract will be
negotiated and awarded for each project or combination of projects. 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 selected for negotiation using the secondary criteria
listed below. A firm receiving a contract in this manner will not be
given consideration again within this time frame until all firms on the
most highly qualified list have been offered contracts. None of the
projects have been authorized for design and 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. This
announcement is open to all businesses regardless of size. If a large
business is selected to negotiate a contract estimated to exceed
$500,000, the firm shall be required to present an acceptable Small
Business and Small Disadvantaged Business Subcontracting Plan in
accordance with Public Law 95-507, prior to award of the contracts. The
current subcontracting goals are 69% to Small Business, 6.3% to Small
Disadvantaged Business and 2.9% to Women- owned Business. These
percentages are applied to the total amount of subcontracted dollars.
The proposed services will be obtained by a negotiated Firm Fixed Price
Contract. 2. PROJECT INFORMATION: Activities such as preparation of
plans, specifications, construction cost estimates, technical studies,
hazardous material surveys and analysis and abatement methodology in
the support of design and/or renovation studies of vehicle maintenance
facilities at various military installations will be required.
Expected projects would involve complete building design,
communications, fencing, acoustic separation, security systems, energy
monitoring and control systems, wet pipe fire protection systems,
construction of flammable/inflammable and hazardous materials storage
areas, bridge crane systems, site surveying, access roads, general site
grading, all utilities, electrical and mechanical systems, paint spray
areas, corrosion control, life safety code (NFPA), HVAC systems and
controls, and connection to installation fire alarm systems. Asbestos,
lead paint, and PCB investigations may also be required. 3. SELECTION
CRITERIA: See Note 24 for general selection process. The selection
criteria in descending order of importance are listed below. Criteria
a-d are primary and e-f are secondary: a. Specialized experience and
technical competence in design of vehicle maintenance facilities
projects as evidenced by the personnel assigned to this project is
required. A brief Design Management Plan including an explanation of
the firm's management approach, management of subcontractors (if
applicable), specific quality control procedures used and an
organizational chart showing the interrelationship of management and
various team components (including subcontractors) must be included in
paragraph 10 of the SF 255.b. Design and/or review of design by
qualified registered professional personnel in the following
disciplines with experience pertinent to that required for this
project: civil, sanitary, hydraulic, geotech, structural (independent
of Civil), mechanical, and electrical engineering; architecture;
interior design; landscape architecture; industrial hygiene; hazardous
material inspection and abatement methods; fire protection; surveying;
and corrosion control is required and must be indicated by resumes in
the SF 255. A designer and checker in architecture and each specified
field of engineering are necessary with at least one in each field
professionally registered. The hygienist must be a Certified Industrial
Hygienist (CIH) as certified by the American Board of Industrial
Hygienist (ABIH). The Interior Designer may be NCIDQ Certified, a
registered architect with specialized experience in interior design, or
a registered interior designer.. The field inspector must have
successfully completed an EPA approved course for building inspectors
and asbestos management planners. In addition, a laboratory accredited
in Bulk Asbestos Fiber Analysis given by the National Institute of
Standards and Technology (NIST) under the National Voluntary Laboratory
Accreditation Program (NVLAP) must be identified. Only resumes
identifying the professionalism and specialized experience of the
design group are necessary. Other available personnel may be specified
in paragraph 10 of the SF 255. c. Capacity to perform the work in the
required time. d. Past performance on DOD and other contracts with
respect to cost control, quality of work, and compliance with
performance schedules. e. Geographic proximity to the Louisville
District. 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 months as described in Note 24.
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. (0080) Loren Data Corp. http://www.ld.com (SYN# 0022 19950322\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|