Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 3,1995 PSA#1466

U.S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia 31402-0889

C -- DECENTRALIZE KELLEY HILL HEATING SYSTEM; L.I. 43921; FY-96; FORT BENNING, GA SOL DACA21 POC John Layman at 912/652-5404. 1. CONTRACT INFORMATION: A-E services are required for site investigation, planning, engineering studies, final design, and shop drawing review. This will be a firm fixed price contract. The contract is anticipated to be awarded in JANUARY 1996 and completed in OCTOBER 1996. The estimated construction cost range is $1,000,000 to $5,000,000. **** 2. PROJECT INFORMATION: A-E services are required for Decentralize Kelley Hill Heating System; L.I. 43921; FY-96; Fort Benning, GA. A 35% Concept Design has been accomplished for this project, to identify the scope of work. The remainder of the design is to be completed by the services required in this contract. The scope of work includes the modification 41 buildings to decentralize the heating system. This scope identifies the requirement for the installation of unit heaters, gas lines, gas meters/regulators hot water boilers (with condensate receivers) pumps, insulation, piping and valves, fresh air louvers, construction of mechanical room enclosures, electrical wiring, radio controllers (FM), energy monitoring and control system (EMCS), related demolition (asbestos abatement involved), removed of under ground fuel tanks, installation of three 30,000 gallon propane tanks, fencing and ''mothballing building 9029. **** 3. PRIMIARY CRITERIA: See Note 24 for general process. The selection criteria in descending order of importance are: **** a. Specialized experience in the type of work described in Project Information. The estimates for this project shall be prepared using the latest Version of MCACES Gold Software. The software and User's Manual will be provided by the Savannah District free of charge to the successful A-E. The drawings will be prepared using graphics created via Microstation 32 or Micro/Station PC (4.0) and/or AutoCADD Version 11. All drawings delivered to the District that have been created using AutoCADD Version 11 must be translated to .dgn files. The Contractor shall possess the software to enable the full translation of drawing files from .dwg to .dgn and vice versa. Before final selection the preselected A-E's may be required to demonstrate the above compatibility by reproducing a Government upplied standard drawing and translating it to the Intergraph format stated above. The method of translation must be thoroughly described and documented in Block 10 of the SF 255 if the A-E does not have an Intergraph CADD System. The A-E firm selected will be required to submit a Design Quality Assurance Plan concurrently with their fee proposal. Information on what is to be contained in this plan will be furnished upon notification of selection. Firms responding to this announcement are requested not to transmit this plan with their SF 255. **** b. Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. **** c. Capacity to accomplish the work in the stated contract period and to dedicate at least three (3) mechanical engineers, two (2) electrical engineers, one (1) architect, one (1) structural engineer, and one (1) civil engineer. The design team must include a Registered Engineer or Registered Architect who is a full ''member'' in good standing of the Society of Fire Protection Engineers (SFPE) or an individual who is a registered Fire Protection Engineer and whose principal duties are Fire Protection Engineering. **** d. Professional qualifications of key management and professional staff members. **** e. Knowledge of the locality as it pertains to design and construction methods used for large scale multiple building heating system stand utility and control systems in the geographic area of this project. **** SECONDARY CRITERIA: **** f. Extent participation of SB, SDB, historically black colleges and university and minority institutions in the proposed contract team, measured by percentage of the estimated effort. **** g. Volume of DoD contract awards in the last 12 months as described in Note 24. **** 4. SUBMITTAL REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit ONE (1) copy of SF 255 (11/92 edition) for PRIME and ONE (1) copy of SF 254 (11/92 edition) for Prime and ALL CONSULTANTS, to the above address by 5 December 1995 to be considered for this selection. **** INCLUDE the firm's ACASS number on the SF 255, Block 3b. For ACASS information, call 503/326-3459. **** DEPTH of PRIME and SUBCONTRACTOR personnel in EACH discipline must be SHOWN in Block 4 of SF 255 and SF 254 to CLEARLY identify the NUMBER of PERSONNEL in each irm and DISCIPLINE. **** COVER letters and extraneous materials are NOT desired and WILL NOT be considered. **** PHONE calls are DISCOURAGED unless absolutely NECESSARY. **** PERSONAL visits for the PURPOSE of DISCUSSING this ANNOUNCEMENT will NOT be SCHEDULED. **** THIS is NOT a REQUEST for a PROPOSAL. (0305)

Loren Data Corp. http://www.ld.com (SYN# 0024 19951102\C-0011.SOL)


C - Architect and Engineering Services - Construction Index Page