|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1996 PSA#1681U.S. Army Engineer District, Savannah, 100 W. Oglethorpe Avenue,
Savannah, GA 31402 C -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR A-E DESIGN
IN SUPPORT OF MEDICAL PROGRAMS POC Pete Oddi at 912/652-5332. 1.
CONTRACT INFORMATION: A-E services are required for Indefinite Delivery
Indefinite Quantity Contract to support various medical and laboratory
facility projects. A contract will be awarded for a base period with
options to extend the contract for two additional periods. Individual
fixed price task orders will not exceed $1,000,000 and the annual
ceiling for the base period and the two option periods is $1,000,000.
Option periods may not exceed one year. If the contract amount for the
base period or option periods have been exhausted or nearly exhausted,
the next option period may be exercised. The contract is anticipated to
be awarded in Dec 96. The contract is anticipated to be used
predominantly for projects within Savannah District boundaries,
however, the contractor may be required to provide services at other
locations. This announcement is open to all businesses regardless of
size. Large business offerors must identify subcontracting
opportunities with small business and small disadvantaged business on
SF 255. If selected, the large business offeror will be required to
submit a small/small disadvantaged and women-owned subcontracting plan
in accordance with FAR 52.219.9 and DFARS 219.704/705 as a part of the
Request for Proposal package. The following subcontracting goals are
the minimum acceptable goals to be included in the subcontracting plan:
OF THE SUBCONTRACTED WORK, 60% TO SMALL BUSINESS, 10% TO SMALL
DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS), 5% TO
WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS). Large business
firms that intend to do any subcontracting must convey their intent to
meet the minimum subcontracting goals on the SF 255, Block 6. Written
justification must be provided if the minimum goals cannot be
provided. For additional information concerning SUBCONTRACTING PLAN
requirements, please contact Ms. Leila Hollis, Contract Specialist, at
912/652-5105. 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 facility design criteria. 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 manuals 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 Microstation 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 protection design of
medical and laboratory facilities; (3) Use of automated design systems
described above (MCACES, 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 inhouse
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 last 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 not later than close of
business on the 30th day after the date of this announcement. If the
30th day is a Saturday, Sunday, or Federal holiday, the deadline is the
close of business of the next business day. In SF 255, block 3b,
provide the firm's ACASS number. In SF 255, block 7, list specific
project experience for key team members and indicate the team members
role on each listed project (project manager, architect, design
engineer, etc.). In SF 255, block 10, provide the DQMP and the names
and telephones numbers of clients as references on three most
recent,non-military, 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 requested to submit up to 5
additional copies. Solicitation packages are not provided. This is not
a request for proposal. (0257) Loren Data Corp. http://www.ld.com (SYN# 0024 19960916\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|