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