|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 27,1995 PSA#1498US ARMY, CORPS OF ENGINEERS, SEATTLE DISTRICT, PO BOX 3755, SEATTLE WA
98124-2255 C -- CORRECTION: A-E SELECTION FOR DESIGN SERVICES FOR VARIOUS AIR
FORCE LIGHT INDUSTRIAL-MAINTENANCE FACILITIES, VARIOUS LOCATIONS,
SEATTLE DISTRICT SOL DACA67-96-R-0014 DUE 010896 POC Contract
Specialist Grant Furulie (206) 764-6713 (Site Code DACA67) NOTICE: This
is a CORRECTED publication of material previously advertised between 6
Dec 95 and 13 Dec 95. CONTRACT INFORMATION: NOTE: This is an advance
selection of at least two but up to three A-E's in anticipation of
upcoming projects. Work and services may consist of the design for
various types of Air Force light industrial-maintenance type facilities
to include warehouse facilities, maintenance shops and Flight
Simulators, Training and Avionics facilities. These are in support of
the Seattle District's assigned military design program in various
fiscal years. An option for construction support services, such as
drawing and submittal review and assistance with balancing HVAC systems
may be included in each contract. The projects will generally be in the
states of Washington, Oregon, Idaho and Montana. This will be the only
announcement for the design of light industrial-maintenance facilities
for the Seattle District during the next 12 months, unless a project is
identified during that time frame which has significantly different
features from what is described below. The selection will remain open
for 12 months after the date the selection is approved. A separate
firm-fixed-price contract will be negotiated and awarded for each
project. When a design authorization for the first project of this type
is received, negotiations will begin with the top ranked firm. When
authorization is received for a subsequent project, or if negotiations
with a firm for a project are unsuccessful, negotiations will begin
with the next ranked firm that has not been offered a project for
negotiation. If the list of ranked firms is exhausted, the negotiation
cycle will begin again with the top ranked firm. None of the projects
have been authorized for design and funds are not presently available
for any contracts. This announcement is open to all businesses
regardless of size. All interested A-E's are reminded that in
accordance with the provisions of PL 100-180, PL 95-507 and PL 99-661,
they will be expected to place subcontracts to th maximum practicable
extent consistent with the efficient performance of the contract with
small and small disadvantaged firms. If a large business is selected
for a contract, it must comply with the FAR 52.219-9 clause regarding
the requirement for a subcontracting plan on that part of the work it
intends to subcontract. Of the work to be subcontracted it is
recommended that 50 percent of the total planned subcontracting dollars
be places with Small Business (SB) concerns, 8 percent with Small
Disadvantanged Businesses (SDB), or Historically Black Colleges and
Universitites or Minority Institutions, and 5 percent to Women-Owned
Small Businesses (WOSB's). WOSB's may not qualify as SDBs for federal
contracts. A firm that submits a plan with lesser goals must submit
written rationale to support goals submitted. The detailed plan is not
required to be submitted with SF 255 but will be prepared for each
contract prior to award. However, this eventual requirement should be
taken into consideration when assembling the teams for the SF 255. This
work will include all architectural-engineering and related services
necessary to complete the design, and related services during
construction for these projects. PROJECT INFORMATION: These contracts
may include the design of new or alteration of old facilities for
flight simulators, maintenance-repair facilities, Squad Ops facilities,
administration spaces, avionics facilities, storage, interior security
features and computer rooms. The facilities may also include fire
sprinkler systems, site improvements, utility connections, electrical,
heat, air conditioning, communication, fencing and paving. Some
projects may require design in the metric system. Firms must be able to
accept project related work that requires comprehensive asbestos- lead
surveys and provide a design that will support the removal, demolition
and disposal of these and other hazardous materials in accordance with
applicable laws and regulations. Firms must also have the capability
to deal with corrosion protection design (NACE certified), be
knowledgeable of possible environmental issues and construction-
operational permitting and have access to surveying and geo-technical
disciplines. Partnering on some projects may be required. The estimated
construction costs per project range form $1,000,000 to $20,000,000.
The selected A-E's will be required to provide drawings on ylar as well
as electronic data and or compatible with vectorized Autocad format
(latest version). SELECTION CRITERIA: The selection criteria are listed
below in descending order of importance (first by major criterion and
then by each sub-criterion). Criteria a-d are primary. Criteria e-g are
secondary and will only be used as ''tie-breakers'' among technically
equal firms. a. Specialized recent experience in the required work and
technical competence in Design of new and alteration of light
industrial and maintenance type projects utilizing Air Force criteria.
b. qualified professional personnel in the following key disciplines:
project management, architecture, electrical, mechanical, civil,
structural and estimating; certified industrial hygienist; and
corrosion engineering and fire protection. c. Past performance of DoD
and other contracts with respect to cost control, quality of work,
compliance with performance schedules and ease of negotiations. d.
Capability of the firm to accomplish work in the required time frame
including professional qualifications of firm's staff and consultants
to be assigned to the projects which are necessary for satisfactory
performance in the required services. The breadth and size of a firm
will be considered to match the complexity-simplicity of the proposed
project. e. Volume of DoD contract awards in the last 12 months. f.
Geographic proximity to the Seattle District boundaries. g.
Participation of small businesses, small disadvantaged businesses,
historically black colleges and universities and minority institutions
measured as a percentage of the estimated effort. SUBMITTAL
REQUIREMENTS: Architect- Engineer firms having capabilities to perform
this work are invited to submit one completed Standard Form 255, US
Government Architect-Engineer and Related Services Questionnaire for
Specific Project, and one completed SF 254 for themselves and each
subcontractor to the office shown above. In Block 7 of the SF 255,
provide resumes for all key team members, whether with the prime firm
or subcontractor. In Block 9 of the SF 255, responding firms must
indicate the number and amount of DoD (Army, Navy, Air Force) contracts
awarded in the 12 months prior to this notice, including change orders
and supplemental agreements. In Block 10 of the SF 255, respond to
each criteria and describe the firm's quality control plan including
coordination of sbcontractors. No other notification to firms under
consideration for this project will be made and no further action is
required. All responsible sources may submit the required SF 254 and
255 which shall be considered by the agency. This is not a request for
proposal. Sic Code is 8711. Submittals are due by 4:00 P.M., Local
Time, 8 Jan 96, to be considered for selection. (0356) Loren Data Corp. http://www.ld.com (SYN# 0008 19951226\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|