Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 8,1995 PSA#1341

US ARMY CORPS Of ENGINEERS, NEW YORK DISTRICT 26 FEDERAL Plaza, NEW YORK, N.Y. 10278-0090 CENAN-EN-MR

C -- ARCHITECT-ENGINEER SERVICES, VARIOUS AIRFIELD PROJECTS, HANGER PROJECTS, AND LABORATORY FACILITIES WITHIN THE NEW YORK DISTRICT BOUNDARIES SOL CBAEEN-5108-0020 POC Mr. Morris Burlson (212) 264-9123. Location of Work: Within the New York District Boundaries. Scope of Services required: This announcement solicits A-E firms for design services related to the new construction. repair, alterations and/or addition of airfields, hangers, and/or laboratory facilities at various DOD installation within the New York District Boundaries. Also required would be A/E services relating to all supporting facilities and infrastructure of airfields, hangers and laboratory facilities. Basic A/E services required may include, but not be limited to: planning; site surveying; preparation of environmental reports, permit applications, and hazardous waste (asbestos/lead/PCBs) abatement documents; subsurface investigations, engineering and cost studies, recommended project phasing; prepare design analyses; generate construction documents; and provide construction services. At this time, no projects have been authorized for design and funds are not presently available for any contracts. As individual projects are authorized for design, detail requirements will be provided. This is a request for interst. All interested firms should submit only a SF 254. Firms should state the project types (airfields, hangers, and/or laboratory facilities) in which the firm has the required expertise and related experience to provide design services. Multiple firms may be selected from this announcement; however, this announcement does not guarantee an award of any A/E contract. Firms may be required to submit all design documents on an accelerated schedule. Specifically, concept designs will be required approximately 3 months after notice to proceed and final designs 6-9 months after design start. This will be the only announcement for airfield, hanger and laboratory design by the New York District thru 30 September 1995. A separate firm-fixed price contract will be negotiated and awarded for each project if authorized. A list of firms will be generated for each category (airfields, hangers, and laboratory facilities) based on the SF 254 submission and the firms stated interest. Once a project directive is received, all firms will be requested by correspondence to submit a SF 255 within 10 calendar days of notification. These submissions will then be evaluated and ranked according to criteria listed below. Negotiations will commence with the top ranked firm. If negotiations with one firm are unsuccessful, then negotiations will commence with the next ranked firm. Multiple awards may be made in each category depending on the number and types of projects authorized. CLosing date for submitting of SF 254. 30 days after adverting date. If closing date falls on a Saturday, Sunday or Holiday, the new closing date will be the following business day. AT THIS TIME ONLY YOUR SF 254 IN REQUIRED AND An EXPRESSION OF YOUR INTEREST. When a project is authorized, letters will be sent to all firms that expressed interest in the applicable category. Firms will then have 10 calendar days to submit a SF 255 if they are interested in the project. APproximate Start Date: September 1995. Completion September 1996. Estimated Construction Costs range from $1,000,000 to $15,000,000. Upon authorization of a project and notification to you, your SF 255 submittal should include information pertaining to the below listed specific evaluation criteria, special qualifications, and technical capabilities. Other criteria may be included if applicable. Technical capability required. THe firm should have maximum in-house capability since these will be ''fast tracked'' projects. Preference will be given to firms that can provide expertise for each of the project types requesed in this announcement. The specific capabilities required: Civil/Site Engineering, Mechanical ENgineering, Electrical, Engineering, Structural Engineering, Architectural Design, Environmental SPecialists, LIcesned Industrial Hygienists, Cost Engineerng Specialists, NFPA Certified FIre Protection Specialists, TOpographic and Geotechnical Surveying capabilities. Senior Project Architects and/or Engineers should be registered. If the Prime proposes to utilize subconsultants, they must clearly indicate how they will manage the various personnel. A QA/QC plan is required and should clearly describe the firm overall design quality management plan, including management approach, coordination of disciplines and subconsultants, and quality control procedures. The firm's submittal must identify the working office(s) and the personnel per discipline available at the working office(s). Special Qualifictions: For airfields and hanger projects, previous experience with designs of airfields, hangers, and supporting facilities is required. Also past experience in US Army Corps of Engineers/US Air FOrce airfield design and familiarity with DOD and FAA regulations is preferred. For firms that are interested in laboratory facility projects, previous experience in the design of laboratory and research/development facilities is preferred. Also past experience in Army laboratory and R&D facilities is preferred. Responding firms should indicate their ability to access an Automated Review Management Systems (ARMS) via modem and the use of the M-CASES Gold edition estimating package. In addition firms should indicate their CADD capability and Integraph compatibility. Evaluation factors in descending order of importance: a. Professional qualifications necessary for satisfactory performance of work required. This includes the indication of qualified registered professional in the disciplines listed above with experience pertinent to that required for the project. Specialized experience of the firm and technical competence in the type of work required for this project. Capacity to accomplish the work within an accelerated time period. Past performance on contracts with DOD and privdate industry in terms of cost control, quality of work and compliance with performance schedules. Location in the general geographical area of New York District and knowledge of the localities involved, provided that application of this crterion leaves an appropriate number of qualified firms, given the nature and size of the project. Volume of work previously awarded to the firm by the Department of Defense, in the 12 months prior to the date of this announcement, with the object of effecting an equitable distribution among qualified A/E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, meausred as a percentage of the total estimated effort. Small and small disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventuers with other small businessess, and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged firms in accordnce with Public Law 95-507. Only those submittals incorporating the 11-92 Revisions of The SF 254 and SF 255 will be considered. Furthermore, special attention should be given to the manner in which these forms are completed. SF 254 should reflect the overall capacity of the firm, whereas, SF 255 should reflect only the personnel dedicated to the specific project referneced in the correspondence sent to the A/E upon project authorization. These guidelines should be closely followed, since they constitute procedure protocol in the manner in which the selection process is conducted. All submittals should be sent to Mr. Morris Burlson in triplicate, CENAN-EN-MR-Room 2133, 26 Federal Plaza, New York, New York 10278-0090- 212-264-9123 (0124)

Loren Data Corp. http://www.ld.com (SYN# 0020 19950505\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page