|
COMMERCE BUSINESS DAILY ISSUE OF MAY 17,1996 PSA#1597U.S. Army Engineer District, Savannah, P.O. Box 889 Savannah, GA
31402-0889 C -- REPAIR DORMITORIES, FY-96, SHAW AFB, SC POC David Futrell at
912/652-5637. 1. CONTRACT INFORMATION: AE services are required for
site investigation, planning, engineering studies, concept, preliminary
design, final design, and shop drawing review. This will be a firm
fixed price contract. The contract is anticipated to be awarded in June
1996 and completed in September 1996. This anouncement is open to all
firms, regardless of size. The estimated construction cost range is
$5,000,000 to $10,000,000. 2. PROJECT INFORMATION: The work shall
consist of performing all Architect-Engineer services necessary in
preparation of contract plans and specifications, including supporting
field investigation reports, tests, cost estimates, etc., for the
design of the Repairs to Dormitories at Shaw Air Force Base. The
exterior design shall match previous dorm renovations in the area and
the living spaces are to have exterior entrances. The structural design
shall be designed for seismic zone 2. Pre-engineered roofing system is
preferred. The dorms shall be ''taken-off'' the existing central
energy plant and provided with an independent system. There is to be
minimal site development design to include drainage improvements,
sidewalk replacement, and landscaping. The design shall include an
interior design package which shall consist of room finishes, kitchen
cabinetry, signage, and window covering. A color board shall be
prepared. The new fire alarm control panel shall be compatible with the
existing Base-wide system. New door locks shall be compatible with the
existing Base-wide lock system. The design shall include an upgrade to
existing electrical, communications, cable-TV systems, and fire alarm
system, to include a wet pipe sprinkler system. An asbestos & lead base
paint removal plan will be required. 3. SELECTION CRITERIA: See Note 24
for general A-E 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-e are primary. Criteria f-g are
secondary and will be used only as ''tie-breakers'' among technically
equal firms. PRIMARY CRITERIA: a. Specialized experience and technical
competence: (1) Design of interior & exterior dormitory renovations.
(2) Design of projects with fire alarm and wet pipe sprinkler systems.
(3) Design of asbestos & lead base paint abatement. (4) Use of CADD.
(5) Use of MCACES Gold. 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 12. All drawings delivered to the District that have
been created in dgn. files must be translated to AutoCADD Version 12.
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 pre-selected A-E's may be required to demonstrate
the above compatibility by reproducing a Government supplied standard
drawing and translating it to the format stated above. The
specifications will be produced in MicroSoft Word using Corps of
Engineers Military Construction Guide Specifications. The A-E firm 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 2 architects, 2 structural engineers,
1 electrical engineer, 1 civil engineer, 1 mechanical engineer, 1
interior designer, industrial hygienist (Asbestos), and 1 topo survey
crew. 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 principle 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 projects in
the geographic area of this project. SECONDARY CRITERIA: f. Extent of
participation of SB, SDB, WO, 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 firm and all
consultants, to the U.S. Army Engineer District, Savannah, ATTN:
CESAS-EN-EA, 100 W. Oglethorpe, Savannah, GA 31401-3640 by 21 June 1996
to be considered for 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 firm 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. (0136) Loren Data Corp. http://www.ld.com (SYN# 0016 19960516\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|