|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 24,1995 PSA#1458Department of the Army, Baltimore District, Corps of Engineers, P.O.
Box 1715, Room 7000, 10 South Howard Street, Baltimore, MD 21203-1715 C -- ARCHITECT-ENGINEER SERVICES ARE REQUIRED FOR ONE INDEFINITE
DELIVERY TYPE (MECHANICAL-ELECTRICAL) CONTRACT FOR WALTER REED ARMY
MEDICAL CENTER, WASH., DC SOL DACA31-96-R-0006 POC Susan Sonenthal
(410) 962-7646 CONTRACT INFORMATION: A-E services required for one
indefinite delivery type contract for use at Walter Reed Army Medical
Center, Washington, DC. and throughout the Baltimore District. This
announcement is open to all businesses regardless of size. A
firm-fixed-price contract will be negotiated. Contract will be for a
12-month period and will contain an option for one extension of 12
additional months. Cumulative total shall not exceed $750,000 per year.
Individual delivery orders shall not exceed $150,000. The contract is
anticipated to be awarded in March 1996. SUBCONTRACTING PLAN
REQUIREMENTS: If a large business is selected, a subcontracting plan
with the final fee proposal will be required, consistent with Section
806 (b) of PL 100-180, PL 95-507, and 99-661. A minimum of 25% of the
total planned subcontracting dollars shall be placed with small
business concerns. At least 5 percent of total planned subcontracting
dollars shall be placed with small disadvantaged businesses, including
Historically Black Colleges and Universities or Minority Institutions,
and 5% with women-owned businesses. The plan is not required with this
submittal. 2. PROJECT INFORMATION: Work may consist of preparation of
reports, studies, design criteria, designs and other general A-E
services for alterations, renovation, maintenance and repair, and new
con- struction projects. Average construction cost of projects is
$1,000,000.00. Concentration of work shall be in Mechanical/
Electrical/Plumbing/Structural/Civil Engineering. The firm shall be
experienced with the Corps of Engineers A/E Instruction Design
Criteria; CADD Standard Manual (EM 1110-1-180); and AIA CAD Layer
Guidelines of 1990; seismic design requirements; Critical Path
Management; and regulatory requirements, processes and procedures;
economic analyses; storm water management; sedimenta- tion and erosion
control; National Pollutant Discharge Elimina- tion System (NPDES)
permitting (including obtaining permits, etc.); and preparation of DD
Form 1391 (Project Programming Documen) and Project Development
Brochures. The firm must be capable of responding to multiple work
orders concurrently. The deliverables are not required to be performed
using a specific CADD system. However, the firm will be required to
provide any digitizing and/or translation services necessary to deliver
the final design products in AUTOCAD Release 12 on 3.5 inch high
density diskettes formatted for 1.44 MB. 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'' through ''e''
are primary. Criteria ''f'' through ''g'' are secondary and will only
be used as tie-breakers between technically equal firms. a. Specialized
experience and technical competence of the firm and consultants in: (1)
Design of health care facilities/familiarity with JCAHO requirements
(2) Design of biomedical/animal research labs/familiarity with AAALAC
requirements and (3) Historic preservation/rehabilitation, in the
context of Georgian Revival architecture Interior Architecture. b.
Qualified professional personnel in the following key disciplines:
Mechanical Engineering, Electrical Engineering, Construction Cost
Estimating. Registered professionals are also required in the following
disciplines: Interior Design, Architecture, Landscape Architecture,
Electrical, Fire Protec- tion, Structural, Civil Engineering and
Certified Industrial Hygienist. The evaluation will consider education,
training, registration, overall and relevant experience, and longevity
with firm. c. A proposed management plan to include an organization
chart and briefly address management approach, team organization,
quality control procedures, cost control, value engineering,
coordination of in-house disciplines and subconsultants, and prior
experience of the prime firm and any significant consultants on similar
projects. d. Capacity to complete the anticipated multiple work orders.
The evaluation will consider the experience of the firm and any
consultants in similar size projects, and the availability of an
adequate number of personnel in key disciplines. e. Past performance on
DOD and other con- tracts with respect to quality of work, cost
control, and compli- ance with performance schedules. f. Extent of
participation of small businesses, small disadvantaged businesses,
historically black collegs and universities, and minority institutions
in the proposed contract team, measured as a percentage of the total
estimated effort. g. Volume of DOD contract awards in the last 12
months. 4. SUBMISSION REQUIREMENTS: Interested firms having the
capabilities to perform this work must submit SF 255 and SF 254 for the
prime and for each consultant to the above address not later than close
of business on the 30th day after the date of this announcement. In SF
255, block 3b, provide the firm's ACASS number. In SF 255, block 7,
list specific project experi- ence for key team members and indicate
the team members role on each listed project (project manager,
architect, design engineer, etc.). In SF 255, block 10, provide the
management plan and the names and telephones numbers of clients as
references on three most recent projects of the type relevant to Walter
Reed. Solicitation packages are not provided. Mailing address - ATTN.:
Susan Sonenthal, Room 7000, 10 South Howard Street, Baltimore, MD
21201. For questions, Mrs. Sonenthal can be reached on 410-962-7646 and
via Internet, susan.j.sonenthal@ ccmail. nab.usace.army.mil. This is
not a request for proposal. (0293) Loren Data Corp. http://www.ld.com (SYN# 0009 19951023\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|