Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 11, 1995 PSA#1322

US 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