Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 31,1995 PSA#1399

U.S. Army Engineer District, Alaska, ATTN: CENPA-EN, P.O. Box 898, Anchorage, AK 99506-0898 (Physical Address: Bluff & Plum Streets, Building 21-700 (Rm 250), Elmendorf AFB, AK 99506-0898)

C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR AIR FORCE AND ARMY MEDICAL FACILITIES, VARIOUS LOCATIONS SOL DACA85-95-R-0027 POC Administrative Inquiries: Ms. Michelle Mandel, 907/753-5633 or Technical Inquiries: Mr. Hal West, 907/753-5614, Contracting Officer: Ms. Gail West 1. CONTRACT INFORMATION: This project is advertised on an unrestricted basis IAW the Small Business Competitiveness Demonstration Program pursuant to PL 100-656. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The Alaska District goals are that 60.3% of the work that is subcontracted, be subcontracted to small businesses with 9.8% of that to small disadvantaged businesses. The plan is not required with this submittal. All responders are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. A solicitation package will not be provided on this type of procurement. The contract shall be an indefinite delivery firm fixed price. The limit for each delivery order shall be $150,000.00 with a contract limit of $750,000.00 for a 1 year period. The contract may include an option for an additional year and an additional $750,000.00. Contract(s) award is anticipated for Oct 95. Responding firms must address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF254 and SF255 for each subcontractor necessary. 2. PROJECT INFORMATION: The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided are survey and evaluation of functional deficiencies in medical facilities; renovation of mechanical, medical gas, communication, fire protection and life safety, electrical and other systems; and upgrading o facilities to meet current life safety standards, and performance of Government economic analysis. Site work and support utilities are included. Work will include preparation of project development criteria, and plans and specifications for renovation and alteration projects intended primarily to upgrade medical facilities to current standards. Experience in performance of computerized energy and economic studies is required of the firm or its consultant. The cost estimates may be required to be prepared by computer utilizing the Corps of Engineers' MCACES-Gold estimating system. Topographic surveys may also be required. The contract may include title II services during construction if required. The firm must demonstrate ability to provide CADD 13 formatted drawings and use MCACES-Gold (estimating system) and the Automated Review Management System (ARMS) via modem. MCACES-Gold and ARMS programs shall be furnished by the Government. LOCATION: Various Locations, (Western Region (Alaska, Washington, Oregon, California, Idaho, Nevada, Utah, Arizona, Montana, and Hawaii) and the Pacific. 3. SELECTION CRITERIA: See Note 24 for general selection process. The following selection criteria headings are listed in descending order of importance: (a) professional personnel in the following disciplines: (weighted equally) (1) Medical facilities planning, site planning, fire protection, communications, architecture, interior design, medial facilities signage surveys, civil, structural, seismic (zones 2-4), mechanical, electronic and electrical engineering, plumbing, piping, medical gases, economic analysis, cost estimating, asbestos abatement and design, arctic design, and construction phasing. The selected firm must have a person on staff knowledgeable in the environmental permit areas who has experience in dealing with all permitting agencies at various levels of government, i.e., county, state, and federal. (2) disciplines which may be subcontracted (weighted equally): Fire protection consultant or a registered professional engineer/architect with a fire protection background and at least 4 years experience with all up-to-date nationally recognized codes such as NFPA and UBC with special emphasis on NFPA 101 Life Safety Code. A consultant independent of specific manufacturers with at least 5 years experience in evaluation, design, and installation of complete medical and dental gas, air, and vacuum systems and complete knowledge of NFPA 99 requirements. A consultant may perform the asbestos abatement and design and/or the arctic design requirements; (b) specialized experience and technical competence in: (1) experience in planning and design of medical facilities, and (2) specialized experience of the firm in life safety code applications and performance of economic analysis for military medical facilities; (c) capacity to maintain schedules and accomplish required work on three simultaneous delivery orders; (d) past performance on DOD medical facilities design contracts and other contracts with respect to cost control, quality of work, and compliance with schedules; (e) volume of DOD contract awards in the last 12 months as described in Note 24; (d) location of the firm in general geographical area of the projects and knowledge of locality: availability of AE staff to meet frequently with Corps personnel in the Alaska District Corps of Engineers' office in Anchorage and ability to mobilize staff to Alaskan project sites on relatively short notice; and (g) 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. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the contract. 4. SUBMISSION REQUIREMENTS: Firms submitting SF 255s (1 copy only) should include: (1) organization of proposed project team, (2) block 4 shall indicate personnel strength of the principal firm at the office where work is to be accomplished (additional personnel strength may be indicated parenthetically), (3) resumes (block 7) must be provided for key personnel representing each of the above areas of expertise and indicate responsibilities and authority of key project personnel, (4) firm's and/or consultant's cost estimator for each required discipline must be specifically identified and competence indicated in block 7, (5) personnel physical location during design (indicate in block 7a), (6) firms with multiple offices must clearly indicated which offices will be involved with the various portions of work, (7) relationship of project team to overall organization of the firm, (8) a quality control plan, (9) in block 8c of the SF 255 included a POC and phone number, (10) specifically indicate in block 10 experience in design of complex HVAC control systems. Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) on the 30th day from the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. No additional information shall be provided, and no faxed submittals shall be accepted. This is not a request for proposal. (0208)

Loren Data Corp. http://www.ld.com (SYN# 0025 19950728\C-0014.SOL)


C - Architect and Engineering Services - Construction Index Page