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