|
COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1996 PSA#1598U. S. ARMY CORPS OF ENGINEERS, 600 M.L. KING, JR. PL., RM 821,
LOUISVILLE KY 40202-2230 C -- ARCHITECT-ENGINEER SERVICES FOR DESIGN OF ADMINISTRATIVE AND
TRAINING FACILITIES WITHIN THE LOUISVILLE DISTRICT BOUNDARIES OF KY,
IL, IN, TN, OH AND MI SOL W22W9K-6109-6090 DAB POC Contract Specialist
Linda Hunt-Smith (502) 582-5070 (Site Code DACA27) GENERAL CONTRACT
INFORMATION: (a) Nature of Work: A/E Services are expected to be
required for the design and/or renovation of administration and
training facilities at various military installations. Such activities
as site investigations, preparation of plans, specifications,
construction cost estimates, technical studies, and/or hazardous
material surveys and analysis and abatement methodology will be
required. These activities could involve seismic design or upgrades;
raised flooring; comprehensive interior design; communications;
pre-wired work stations; acoustic separation; video tele-conferencing;
computer networks; security systems; exterior and interior lighting;
mechanical and electrical systems to include HVAC systems and energy
monitoring control systems; design of fire alarm and protection
systems; Life Safety Codes; site surveying; road design, drainage, and
general site grading; utility analysis and design to include
electrical distribution, mechanical, storm and sanitary systems; and
asbestos, lead paint, radon, and PCB investigations and abatement.
Requirements could also include construction management services, e.g.
construction supervision, preparation of record drawings, or the
checking of shop and working drawings, etc. Metric design, in whole or
in part will be required for the authorized projects unless otherwise
specified. Construction cost estimating must be accomplished using the
Micro-Computer Aided cost Estimating System (M-CACES) software
(software and database will be furnished). Specifications must be
electronically developed using corps of Engineers Guide Specifications
(CEGS), All drawings must be electronically developed. Any CADD system
may be used but submittals must be in accurately translated Intergraph
Microstation format in conformance with District CADD standards unless
otherwise specified. A laboratory accredited in Bulk Asbestos Fiber
Analysis given by the National Institute of Standards and Technology
(NIST) under the National Voluntary Laboratory Accreditation Program
(NVLAP) must be identified for hazardous material testing as needed.
The A/E contracts will be awarded between June 1996 and May 1997 with
this being the only announcement for the design of Administration and
Training Facilities within the Louisville District during the next 12
months. Although no projects of this type are currently authorized, nor
are funds presently available for design, the purpose of this
announcement is to obtain a list of the most highly qualified firms
interested in performing this type of work. The list will be maintained
for a period of twelve (12) months from the date of this advertisement.
The Government's obligation hereunder is contingent upon the
availability of appropriated funds from which payment for the contract
purposes can be made. No legal liability on the part of the Government
for payment of any money shall arise unless and until funds are made
available to the contracting officer for this procurement and notice of
such availability to be confirmed in writing by the contracting officer
is given to the contractor. An A/E selected for a project under this
solicitation will be required to submit a project-specific design
quality control plan for approval as a condition of contract award,
although this plan is not required with this initial submittal. It is
our intent to enter into a Partnering Agreement on all projects which
could require the selected A/E to attend an approximate one-day
partnering meeting to define the District's expectations of the A/E,
create a positive working atmosphere, encourage open communication, and
identify common goals. Significant emphasis will be placed on the A/E's
quality control procedures as the district will not review quality into
the project. A list of at least three most highly qualified and
technically equal firms will be selected using the primary criteria
listed below. A firm receiving a contract in this manner will not be
given consideration again within this time frame until all firms on the
most highly qualified list have been offered contracts. This
announcement is open to all businesses regardless of size. If a large
business is selected to negotiate a contract estimated to exceed
$500,000.00, the firm will be required to present an acceptable Small,
Small Disadvantaged, and Women-Owned Small Business Subcontracting
Plan in accordance with Public Law 95-507 prior to award of the
contracts. the current subcontracting goals are 52.5% to Small
Business, 8.8% to Small Disadvantaged Business and 3.0% to Women-Owned
Small Business. These percentages are applied to the total amount of
subcontracted dollars. b) Contract Award Procedure: At least three most
highly qualified firms will be selected for future project
consideration based on the primary factors (a) through (d) below in
descending order of importance. When a project of this type if
authorized, an A/E will be selected from this list for negotiations of
a separate Firm Fixed Price contract considering the secondary factors
(e) through (h) in descending order of importance in relation to the
specific project requirements. A firm receiving a contract in this
manner will not be given consideration again within this time frame
until all firms on the list have been offered contracts. 2. SELECTION
CRITERIA: See not 24 for general selection process information. The
selection criteria are as follows and must be documented in the SF255.
a) A designer and checker with education, training and specialized
experience in architecture and in the fields of civil, sanitary,
hydraulic, geotech (soils engineering), structural (independent of
civil), mechanical and electrical engineering are necessary with at
least one in each field professionally registered. Additionally,
professionals qualified by education, registration, certification
and/or training in interior design, landscape architecture, industrial
hygiene, and hazardous material inspection and abatement methods are
necessary. The Interior Designer must either be NCIDQ Certified, a
registered Interior Designer or a registered architect with
demonstrated training and experience in interior design. The hygienist
must be a Certified Industrial Hygienist (CIH) as certified by the
American Board of Industrial Hygienist (ABIH). The hazardous material
inspector must have successfully completed an EPA approved course for
building inspectors and asbestos management planners: b) Specialized
Experience and technical competence in administration and training
building design and or renovation as evidenced by the resumes of the
personnel assigned to this project must be provided. Only resumes
identifying the professionalism and specialized experience of the
proposed design group are necessary. Other available personnel may be
specified in paragraph 10 of the SF255: c) Capacity to complete the
work in the required time; d) Past performance on DOD and other
contracts with respect to cost control, quality of work, and compliance
with performance schedules: e) Superior performance on recently
completed DOD contracts: f) Geographical location and knowledge of the
locality of the project: g) Volume of DOD contract awards in the last
12 months as described in Note 24: h) Extent of participation of SB,
SDB, historically black colleges and universities and minority
institutions in the proposed contract team, measured as a percentage of
the estimated effort. In addition, a brief Design Management Plan
including an explanation of the firm's management approach, management
of subcontractors (if applicable), quality control procedures and an
organizational chart showing the inter-relationship of management and
various team components (including subcontractors) must be included in
paragraph 10 of the SF255. 3. SUBMITTAL REQUIREMENTS: a) See Note 24
for general submission requirements. Firms which are interested and
meet the requirements described in this announcement are invited to
submit one completed SF255 (Revision 11-92), U.S. Government A/E and
related Services for specific Projects to the office shown above. SF255
(Revision 10-83) is obsolete and only the 11-92 edition of SF255 will
be accepted.. All responses on SF255 to this announcement must be
received no later than 4:30 pm local time on the 30th calendar day
after the date of this publication to be considered for selection. The
day following this CBD announcement counts as day 1. If the 30th day
falls on Saturday, Sunday or a U.S) Government holiday, the deadline is
the close of business on the next Government business day. b) It is
requested that interested forms list the fee amount and date of all DOD
contracts awarded during the last 12 months to the firm and all
subsidiaries in Block 9 of the SF255. c) Responding firms must submit
a current and accurate SF254 for each proposed consultant. Additionally
all responding firms which do not have a current (within the past 12
months) SF254 on file with the North Pacific Division, Corps of
Engineers, must also furnish a completed SF254. If a SF254 is included,
only the 11-92 edition of the form will be accepted. The business size
status (large, small and/or minority) should be indicated in Block 3
of the SF255. Definition: A concern is small if the annual receipts
averaged over the past 3 fiscal years do not exceed $2.5 million. d) No
other information including pamphlets or booklets are requested or
required. e) No other general notification to firms under consideration
for this project will be made and no further action is required.
Solicitation packages are not provided for A/E contracts. This is not
a request for proposal.(0137) Loren Data Corp. http://www.ld.com (SYN# 0017 19960517\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|