Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 7,1996 PSA#1717

U.S. Army Engineer District, Alaska, ATTN: CENPA-EN, P.O. Box 898, Anchorage, AK 99506-0898 (Physical Address: Bluff & Plum Streets, Building 21-700 (Rm 250), Elmendorf AFB, AK 99506-0898)

C -- POTENTIAL ARCHITECT-ENGINEER SERVICES CONTRACT FOR LIVING QUARTERS AND RELATED PROJECTS, VARIOUS LOCATIONS, ALASKA SOL DACA85-97-R-0006 POC Administrative Inquiries: Ms. June Wohlbach, 907/753-5624 or Technical Inquiries: Mr. Randy Jacobs, 907/753-5639, Contracting Officer: Ms. Gail West 1. CONTRACT INFORMATION: The purpose of this solicitation is to gather submittals from firms interested in the type of work and services related to various types of living quarters and related facilities. These are in support of the AlaskaDistrict's assigned design program in various fiscal years. This will be the only announcement for the next 12 months from the date of this solicitation unless a project is identified during that time which has significantly different features thandescribed below. The estimated construction cost may range from $1,000,000 to greater than $10,000,000. No firm may receive more than one contract from this announcement. All responders are advised that this project may be canceled or revised at anytime during the solicitation, selection, evaluation, negotiation and final award. This announcement is open to all businesses regardless of size. If a large business is selected and the AE contract is expected to exceed $500,000, it must comply withFAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for this contract are a minimum of 55% of the contractor's intended subcontract amount be placed with smallbusinesses and 8.5% of that to small disadvantaged businesses and 3% to women-owned businesses. The subcontracting plan is not required with this submittal. 2. PROJECT INFORMATION: The type of projects will consist of design of vertical constructionon sites primarily in Alaska. The designs could include but not be restricted to the renovation of or complete new design of family housing units and/or unaccompanied enlisted personnel housing (barracks). Either the renovation or new designs mightinclude the design of supporting facilities including utilidor with utilities, exterior lighting, fire protection, paving, sidewalks, curb and gutter storm drainage, information systems, site improvements, and demolition. Projects may also be for thepreparation of an request for proposal (RFP) or combination of design and RFP. Some projects may require metric design. The AE may be required to participate in design charrettes. Any resulting contract(s) will include requirement for constructionphase services. The selected AEs will be required to provide drawings on mylar as well as electronic data (Autocad V13) and use MCACES-Gold (estimating system). The MCACES-Gold program shall be furnished by the Government. 3. SELECTION CRITERIA:The following selection criteria headings are listed in descending order of importance: (A) professional personnel in the following disciplines: (weighted equally) (1) minimum in-house requirements may be civil, architecture, structural, mechanical,and electrical engineers. If disciplines are not available in-house, the prime AE must demonstrate the ability to manage subcontractors in other disciplines via a project management plan specific to communication of information and data; (2)disciplines which may be subcontracted: cost estimating, hazardous materials, fire protection, comprehensive interior designer, landscape architect, and corrosion control (must be NACE certified). Responding firms MUST address each discipline, clearlyindicate which shall be subcontracted, and provide a separate SF254 and SF255 for each subcontractor necessary. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who areresidents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the contract. (B) specialized experience and technical competence in (descending order of importance): (1)design of multiple family housing units (i.e., 4-plexes or similar) and/or barracks or dormitory-type structures; (C) past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules; (D) capacityto maintain schedules; (E) location of the firm in general geographical area of the projects and knowledge of locality; (F) volume of DOD contract awards in the last 12 months; and (G) extent of participation of SB, SDB, historically black colleges anduniversities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIREMENTS: Firms must submit an SF 254 and SF 255 (1 copy only) and should include: (1) organization ofproposed project team, (2) responsibilities and authority of key project personnel, (3) relationship of project team to overall organization of the firm, (4) a quality control plan, and (5) in block 8c of the SF 255 include a POC and phone number. The11/92 edition of the forms MUST be used, and may be obtained from the Government Printing Office, by calling the administrative contact named above, or from commercial software suppliers for use with personal computers and laser printers. Submittalsmust be received at the address indicated above not later than COB (4:00 pm Alaska time) on the 30th day from 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 nextbusiness day. Any submittals received after this date cannot be considered. No additional information shall be provided, and no faxed submittals shall be accepted. Solicitation packages are not provided.(0310)

Loren Data Corp. http://www.ld.com (SYN# 0014 19961106\C-0010.SOL)


C - Architect and Engineering Services - Construction Index Page