Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 18,1996 PSA#1639

US ARMY, CORPS OF ENGINEERS, SEATTLE DISTRICT, PO BOX 3755, SEATTLE WA 98124-3755

C -- IDT FOR A-E DESIGN IN SUPPORT OF MEDICAL PROGRAM SOL DACA67-96-R-0048 DUE 082096 POC Contract Specialist Mary E Mitton (206) 764-6806 (Site Code DACA67) 1. CONTRACT INFORMATION: A-E services are required for various medical and laboratory facility projects worldwide. A single indefinite delivery contract with a base period of one year and two option periods of one year will be negotiated and awarded for these services. Individual fixed price task orders will not exceed $1,000,000 and the ceiling for the base period and the two option periods is $1,000,000 each. The contract is anticipated to be awarded in Oct 96. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219- 9 regarding the requirement for a subcontracting plan on that part of the work it plans to subcontract. The plan is not required with this submittal. 2. PROJECT INFORMATION: Work may include preparation of: design tools, design criteria documents, studies, concept designs, final designs, construction phase services, and review of designs prepared by others. Criteria and design tools may include such work as an update of the military medical equipment planning system. Studies may include such work as: surveying existing medical facilities for architectural, structural, utility system, life safety and fire safety code deficiencies; preparation of planning and programming documents and economic analyses for additions, alterations, and replacement facility projects; preparation of Statement of Condition surveys for Joint Commission Accreditation Review; and preparation of functional and technical concept of operation manuals. Design efforts may include new facilities and additions, alterations, and upgrades to existing facilities. Construction phase services may include preparation of operation and maintenance documentation and shop drawing approval. Studies and designs will be prepared in the metric system of measurement. Cost estimates will be prepared on IBM compatible personal computers using Corps of Engineers' Computer Aided Cost Estimating System (M-CACES) (software provided by Government) or similar software. Design drawings will be produced in a format fully compatible with Mircostation 32 Version 4.0.3 or higher. Specifications will be produced in SPECSINTACT using Corps of Engineers Military Construction Guide Specifications. Responses to Government review comments will be provided on Corps of Engineers Automated Review Management System (ARMS). 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each subcriterion). Criteria ''a'' through ''e'' are primary. Criteria ''f'' through ''g'' are secondary and will only be used as tie-breakers between technically equal firms. a. Specialized experience and technical competence of the firm and consultants in: (1)Planning, programming and design of medical and laboratory facilities. (2)Life safety and fire preparation design of medical and laboratory facilities. (3)Use of automated design systems described above (M-CACES, CADD, SPECSINTACT, and ARMS). b. Qualified professional personnel in the following key disciplines: project management; medical and laboratory facility planning; architecture; mechanical, electrical, fire protection, structural, civil, and communication engineering; cost estimating; certified industrial hygienist; equipment planning and interior design. Registered professionals are required in the following disciplines: architecture, mechanical, electrical, fire protection, structural, and civil engineering. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. c. Experience producing quality medical and laboratory designs based on an evaluation of a firm's design quality management plan (DQMP). The DQMP should include an organization chart and briefly address management approach, team organization, quality control procedures, cost control, value engineering, coordination of in-house disciplines and subcontractors, and prior experience of the prime firm and any significant consultants on similar projects. d. Capacity to perform two simultaneous $500,000 delivery orders in a 180-day period. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. e. Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules. f. Extent of participation of small businesses, small disadvantaged businesses, historically Black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Volume of DoD contract awards in the past 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of SF 255 (11/92 edition) and two copies of SF 254 (11/92 edition) for the prime and for each consultant to the above address. In SF255, Block 3b, provide the firm's ACASS number. In SF255, block 7, list specific project experience for key team members and indicate the team member's role on each listed project (project manager, architect, design engineer, etc.). In SF255, block 10, provide the DQMP and the names and telephones numbers of clients as references on three most recent, nonmilitary, medical facility designs. A project-specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Short-listed firms may be required to submit up to 5 additional copies. Solicitation packages are not provided. This is not a request for proposal.(0198)

Loren Data Corp. http://www.ld.com (SYN# 0013 19960717\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page