|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 11, 1995 PSA#1322US Army Corps of Engineers, Ft. Worth District, P.O. Box 17300 ATTN:
CESWF-ED-MC, Room 6A18, 819 Taylor Street, Fort Worth, TX 76102-0300 C -- FIXED PRICE CONTRACT FOR SERVICES IN CONNECTION WITH DESIGN FOR
A WING SUPPORT FACILITY AT KELLY AIR FORCE BASE, TEXAS SOL
DACA63-95-R-0049 POC John Roamer, (817/334-3301). 1. CONTRACT
INFORMATION: The work will involve Design, Drafting, Planning, Studies
and Site Investigation associated with this project. All work must be
done by or under the direct supervision of licensed professional
Engineers or Architects. The work under this contract is anticipated to
begin in June 1995 and be completed within 14 months of the award of
this contract. If a large business firm is selected and if the design
fee exceeds $500,000.00, at any time during the contract, a
subcontracting plan will be required and the following subcontracting
goals addressed. This will in compliance with the FAR 52.219-9 clause
regarding the requirement for a subcontracting plan. The Fort Worth
district's goal on work to be subcontracted is that a minimum of 60.3%
of the Contractor's total intended subcontract amount be placed as
follows: 9.8% be placed with Small Disadvantaged Businesses (SDB), 2.9%
with Women Owned Small Business (WOB) and the remaining 47.6% be placed
with Small Businesses (SB) for a total of 60.3%. The plan is not
required as part of this submittal. The proposed services will be
obtained by Negotiated Fixed Price Contract. 2. PROJECT INFORMATION:
The project consists of an approximately 20,000 SF facility to house
wing support activities of the Air Intelligence Agency. The proposed
facility is to be constructed of reinforced concrete foundation and
structural members. Form and massing must reinforce the Spanish
influence as typified in the Spanish mission style of architecture and
match similar nearby facilities. Included in the facility will be
administrative areas, operational area, rest-rooms, storage, courtroom,
classrooms, conference center, elevator and other support facilities.
Exterior work will include site preparations, utility connections and
paving for parking/sidewalks. Design must also consider analysis of
energy consumption, accessibility for physically handicapped, fire
protection/life safety requirements and interior/furnishings design.
Demolition and disposal of some existing facilities including asbestos
and lead- based paint remediation will be required. The estimated
construction cost is between $1,000,000.00 and $5,000,000.00. 3.
SELECTION CRITERIA: Submittals will be evaluated against the specific
required qualifications stated below using the general criteria in Note
No. 24 of the CBD and this announcement. Items (1) thru (5) of Note No.
24 will carry equal weight in the evaluation with the exception of
geographic proximity. It and equitable distribution of work will be
secondary factors. Responding firms must demonstrate the ability,
either on- staff or through association with qualified consultants, to
provide the following: a. Experience in design of the architectural
style mentioned. b. Experience in design of similar administrative
facilities. c. Experience in life safety/fire protection design. d.
Experience in design for handicapped access. e. Experience and
personnel for asbestos and lead-based paint remediation and disposal.
f. Adequate technical staff for project criteria and time constraints.
Expertise will be required in the disciplines of architecture, civil,
electrical, mechanical, structural engineering, fire protection,
interior design, environmental remediation, and cost estimating.
Specifications and construction cost estimate must be prepared on IBM
compatible equipment. The final construction cost estimate must be
prepared using our PC based M-CACES software (SOFTWARE WILL BE
PROVIDED). Final drawings and media to be supplied in Auto-CADD
compatible format. Drawing review comments to be coordinated using our
Automated Review Management System (ARMS) via modem. g. Evaluation of
construction contractor submittals, and observation and reporting
during project construction phase. 4. SUBMITTAL REQUIREMENTS: a. See
Note No. 24 for general submission requirements. Interested firms that
meet the qualifications 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 to be considered for the resulting
contract (faxed copies will not be accepted). 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 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 of the SF 255, insert only the number of consultant
personnel by discipline proposed for subject project as (A). Insert
only the number of in-house personnel by discipline proposed for
subject project as (B). f. In Block No. 6 of the SF 255, identify the
discipline/ service to be supplied by each consultant, including the
number of individuals employed by each. g. Provide brief resumes of the
on-staff or consultant employees you intend to use to perform the work
in the anticipated design time 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. Include in Block No. 10 of the SF 255,
a draft Design Quality Control (DQC) Plan. The DQC Plan should include
a presentation of internal controls, review and specific quality
control process that will be used to insure a quality design is
produced. Block No. 10 may also contain a checklist summarizing how the
requirements of paragraph 3, above are met. i. Personal visits to
discuss this project will not be scheduled. Solicitation packages are
not provided for A-E contracts. This is not a request for proposal (see
Note No. 24). (0097) Loren Data Corp. http://www.ld.com (SYN# 0029 19950410\C-0013.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|