|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 23,1995 PSA#1309US Army Engineer District, Fort Worth, P.O. Box 17300, 819 Taylor
Street, Attn: CESWF-ED-MC, Room 6A18, Fort Worth, TX 76102-0300 C -- POTENTIAL FIXED PRICE CONTRACTS FOR A-E SERVICES, IN DESIGN OF
BARRACKS/DOMITORY PROJECTS, PRIMARILY IN THE FORT WORTH DISTRICT AREA
OF RESPONSIBILITY (PRIMARILY LA, NM AND TX) SOL DACA63-95-R-0047 POC
Jerrell Freeman, Engineering Manager, 817/334-2262. The work
anticipated will involve design, drafting, planning, studies and site
investigation associated with this type of project. All work must be
done by or under the direct supervision of licensed professional
Engineers or Architects. The intent of this announcement is to gather
responses from firms interested in performing this type of work
primarily for the Fort Worth District, with the possibility of
performing this work for other Southwestern Division Districts
(Albuquerque, Galveston, Little Rock and Tulsa,). When a project of
this type is identified we will select a firm from this list, until
that time no selection actions will be done. This list of firms will be
used for this type of project through 30 June 1996. The estimated
maximum amount per contract is $3,500,000.00. No firm may receive more
than one contract from this announcement. If a large business firm is
selected for a contract under this announcement and the amount exceeds
$500,000.00 it must comply with the FAR clause 52.219-9 requirement for
a SB/SDB subcontracting plan. The Fort Worth District goal on work to
be subcontracted is that a minimum of 60.3% of the contractor's total
intended subcontract amount be placed with Small Businesses (SB). Our
goal further states that of the 60.3%, 9.8% be placed with Small
Disadvantaged Businesses (SDB), 5.5% be placed with Historical Black
Colleges or Minority Institutions, 2.9% with Women Owned Small
Businesses (WOB) and the remaining 42.1% be placed with Small
Businesses (SB) for a total of 60.3%. The plan is not required as part
of this submittal. Projects outside the Fort Worth District's primary
area of responsibility may be added at the Government's discretion
upon agreement of the selected firm. 2. PROJECT INFORMATION: This type
of project could consist of complete design of a new
barracks/dormitory complex, a site-adapt using standard designs, or a
rehab/modernization of existing facilities. The project could include
a multi-story housing facility complete with day rooms, recreation
areas, dining facilities, site improvements including landscaping,
parking areas and sidewalks. These projects could also require design
for utility requirements and removal/disposal of asbestos/lead-based
paint materials. Services during a project's construction phase, such
as shop drawing review or construction surveillance may also be
required. 3. SELECTION CRITERIA: See CBD Note 24 (Monday edition) for
general description of the selection process. Selection criteria in
descending order of importance are: (a) Specialized experience and
technical competence in the following: (1) Recent experience in the
design of new barracks/dormitory type facilities as described above.
(2) Recent experience in Design of Rehabilitation/Alteration of
barracks/dormitory type facilities as described above. (3) Life safety
design and functional relationships for this type project. (4)
Adapting standard design packages to specific sites. (5) Developing and
presenting improvements or innovations to existing standards. (b)
Professional Qualifications: (1) Expertise in the disciplines of
Architecture and Civil, Electrical, Mechanical and Structural
Engineering. Resumes for a minimum of 3 Architects and 2 each of the
other major disciplines must be submitted. The proposed personnel can
be either in-house or by consultants. (2) Personnel experienced in
Construction Cost Estimating, Interior Design, Landscape Architecture,
Life Safety/Fire Protection Design, and Handicapped Accessibility
Design. (c) The team presented must be capable of designing a project
with an estimated construction cost of $5,000,000.00 within a 6 month
period. (d) Demonstrated past performance with respect to cost control,
quality of work and compliance with performance schedules. (e)
Preparation of construction cost estimates and specifications using IBM
compatible equipment. MCACES software will be provided. Preparation of
designs using Auto-CADD or Intergraph compatible equipment. (f) Extent
of participation of SB, SDB, WOB, historically black colleges and
universities and minority institutions in the proposed contract team,
measured as a percentage of the estimated effort. (g) Amount of DOD
awards for the last 12 months as described in Note 24. 4. SUBMITTAL
REQUIREMENT: (a) See Note No. 24 for general submission requirements.
To be considered interested firms must provide one submittal package
including an original SF 254 and SF 255 no later than 4:30 p.m. on the
30th day after the date of this announcement. The 11/92 version of the
forms must be used. If the 30th day is a Saturday, Sunday or Federal
Holiday, the deadline is 4:30 p.m. of the next business day. (b)
Responding firms must submit a current and accurate SF 254 for
themselves and each proposed consultant. It must be provided for the
specific office proposed to do the work. Indicate in Block No. 4 of SF
254 if your firm is a Large, Small, Small and Disadvantaged or
Woman-Owned Business. To be classified as a small business, a firm's
average annual receipts or sales for the preceding three fiscal years,
must not exceed $2.5 million. (c) Submit only one SF 255, completed in
accordance with the instructions. It must contain information in
sufficient detail to identify the team (prime and consultants) proposed
for the contract. (d) Include CBD announcement number in Block NO. 2b
of the SF 255. (e) In Block No. 4 insert only the number of personnel
proposed for the project (not necessarily your total capacity).
Consultants as (A), and in-house personnel as (B). (f) In Block No. 6
of the SF 255, identify the discipline/ service to be supplied by each
consultant. (g) Provide brief resumes of the on-staff or consultant
employees you intend to use to perform the work and the project
assignment they will perform in Block No. 7 of your SF 255. Block No.
7 may be repeated as needed to identify all the major discipline and
key team members. Selection will be based on the total team members
presented in your SF 255, primarily Block No. 7. (h) In Block No. 10 of
your SF 255 include a draft design quality control (DQC) plan. It
should include a brief presentation of your internal controls and
procedures that you use to insure that a quality design is produced.
(i) Solicitation packages are not provided for A-E contracts. This is
not a request for proposal. (0080) Loren Data Corp. http://www.ld.com (SYN# 0026 19950322\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|