Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1995 PSA#1404

U.S. Army Corps of Engineers, Transatlantic Division, P.O. Box 2250, Winchester, VA 22604-1450, Street: 201 Prince Frederick Drive, Winchester, VA 22602

C -- GENERAL ARCHITECT-ENGINEER SERVICES FOR AIRFIELD PROJECTS AT VARIOUS LOCATIONS WITHIN THE TRANSATLANTIC DIVISION AREA OF RESPONSIBILITY SOL DACA78-95-R-0034 POC Point of Contact (POC), Mr. John R. Krueger (540) 665-3936 Design of various airfield and airfield-related facilities in the Transatlantic Division Area of Responsibility (AOR). 1. CONTRACT INFORMATION: A-E services are required for Design, Specifications, Cost Estimates, Planning and Programming Reports, Engineering Studies, Geotechnical Investigations, and Miscellaneous Related Engineering Support Services for various locations/installations within the Transatlantic Division Area of Responsibility. The Government reserves the right to select for more than one contract from this announcement for the above services. The proposed firm-fixed-price design contract(s) will be for projects having an estimated construction value in excess of $10 million but less than $100 million with approximate design durations of 24 months. This announcement is open to all businesses regardless of size. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded in Nov/Dec 1995 and design completed by Nov 97. 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 subcontracting goals for this contract are that a minimum of 10% of the contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB) and 5% be placed with SDB. The plan is not required with this submittal. Funds are not currently available. 2. PROJECT INFORMATION: Airfield and airfield-related facility designs may include, but not be limited to, the following: 005 Airports; Navaids; Airport Lighting; 006 Terminal & Hangars; 010 Barracks; Dormitories; 023 Cost Estimating; 027 Dining Halls; Clubs, Restaurants; 043 Heating; Ventilating; Air Conditioning; 046 Highways; Streets; Airfield Paving; Parking Lots; 055 Interior Design; Space Planning; 076 Petroleum and Fuel (Storage and Distribution. Interested firms and/or their consultants must have current or recent experience in the above primary profile codes. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub- criterion). Criteria a - f are primary. Criteria g - h are secondary and will only be used as ''tie-breakers'' among technically equal firms. (a) Professional qualifications, registered professional architects and engineers with technical expertise and recent experience in the design of facilities similar to those listed above in 2. PROJECT INFORMATION. The evaluation will consider the qualifications of the firm's registered professional personnel in the following key disciplines: project management (architect or engineer), architecture, mechanical engineering, electrical engineering, structural engineering, civil engineering. (b) Specialized experience and technical competence relative to the services required under 2. PROJECT INFORMATION in this announcement, i.e., knowledge of design of building envelopes and systems in hot, arid climates within the Transatlantic Division AOR. (c) Staff size and capacity to meet possible accelerated design completion schedules. (d) The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm and any significant contractors on similar projects. (e) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. (f) The firm's capability to complete this magnitude of design work. (g) The firm's capability of obtaining a Secret level security clearance. (h) Volume of DOD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of SF 255 (11/92 edition) and two copies of SF 254 (11/92 edition) for the prime firm and all consultant/joint venture firms, to the above address not later than the close of business on the 30th day after 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. Include the firm's ACASS number in SF 255, Block 3. Include your firms FAX and Internet numbers. NOTE: Evaluation factors listed above supersede the evaluation factors listed in Note 24 and will be used for this selection. For ACASS information, call 503-326-3459. In SF 255, Block 10, describe the firm's overall DQMP. A project-specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Solicitation packages are not provided. This is not a request for proposal. Firms' visits to discuss the proposed projects will not be accepted/scheduled. (0215)

Loren Data Corp. http://www.ld.com (SYN# 0022 19950804\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page