|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 4,1997 PSA#1859U.S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-EN-MN, P.O. BOX 2288,
MOBILE ALABAMA 36628-0001 OR 109 ST., JOSEPH STREET MOBILE AL 36602 C -- IDC TO SUPPORT THE AIR FORCE HEALTH FACILITIES OFFICE-EASTERN
REGION; RFP: DACA01-97-R-0057 SOL AEMXXX-7134-0011 POC Contact Mr. Jack
Pruett, (334) 441-5741; Contracting Officer, Edward M. Slana (Site Code
W31XNJ) CONTRACT INFORMATION: A-E services are required for an
Indefinite Delivery Contract to support the Air Force Health Facilities
Office-Eastern Region. This announcement is open to all businesses
regardless of size. The contract will be awarded for a one year period
with an option to extend the contract for two additional periods, not
to exceed a total of three years. Work to be subject to satisfactory
negotiation of individual task orders with the total contract not to
exceed $1,000,000 for each contract period. (If the $1,000,000 limit
for a contract period is exhausted or nearly exhausted prior to 12
months after the start of the period, the option for the next contract
period may be exercised.) Selection of AE firms is not based upon
competitive bidding procedures, but rather upon the professional
qualifications necessary for the performance of the required services.
If a large business is selected for this contract, it must comply with
FAR 52.219-9 regarding the requirement for a subcontracting planfor
that part of the work it intends to subcontract. The subcontracting
goals for this contract are a minimum of 52.5% of the contractor's
intended subcontract amount be placed with small businesses (SB),
including small disadvantaged businesses (SDB), and women-owned
business, 8.8% be placed with SDB, and 5% for women-owned business. The
subcontracting plan is not required with this submittal. 2. PROJECT
INFORMATION: The contract will primarily be used for preparation of
facility survey and evaluation studies, project development criteria,
and plans and specifications for renovation/alteration projects for
medical facilities. The contractor will be required to travel to the
site for evaluation and information gathering as it applies to the
existing structure to be studied/modified or the new structure to be
constructed; complete Facility Utilization Studies to evaluate existing
building conditions, spatial relationships of functions and services,
efficiency of space utilization, provide recommendations in terms of
relevant projects to improve or correct deficiencies; perform economic
analysis studies to determine the type of health care facility and the
quantity and mix of services to be required to support the authorized
patient population; perform value engineering studies; provide
construction support services; and perform project cost estimates,
master planning, environmental assessments, fire protection equivalency
studies, and project design, (concept design through 100% design). The
work will be in the Eastern Region of the USA, Greenland, Panama,
Azores, Europe, and other locations as directed by HFO-ER and the
Mobile District. 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 sub-criterion). Criteria A thru D are primary. Criteria E thru G
are secondary and will only be used as "tie-breakers" among technically
equal firms. A. Professional Qualifications: The contract willrequire
the following professional disciplines, with registration required
where applicable: (1) Architecture; (2) Landscape Architecture; (3)
Interior Design (NCIDQ certification or professional registration in
interior design or architecture, and evidence of experience by both the
firm and key personnel in comprehensive interior design, including
space planning, prewired workstations, furniture specifications, and
knowledge of the acquisition process including applicable FAR and
funding limitations); (4) Fire Protection Engineering (registered
architect or professional engineer with at least five (5) years
experience with all current nationally recognized codes such as
N.F.P.A., and U.B.C, with specialize emphasis in NFPA 101 Life Safety
Code); (5) Structural Engineer; (6) Mechanical Engineer; (7) Electrical
Engineer; (8) Civil/Sanitary Engineer; (9) Engineer knowledgeable in
the environmental permitting area with experience in dealing with all
permitting agencies at various levels of government, county, state, and
federal; and (10) Cost Estimator (experience with automated cost
estimating systems is required). Resumes (Block 7 of the SF 255) must
be provided for these disciplines, including consultants. Use the
nomenclature as shown in this announcement. Additional evaluation
factors are provided in order of importance: B. Specialized experience
and technical competence in: Specialized experience and technical
competence in: (1) Medical planning; (2) Medical equipment layout; (3)
Site planning; (4) Hospital communications; (5) Medical Facilities
(minimum of five (5) years experience, for both Operations and
Maintenance projects as well as medical Military Construction (MILCON)
projects); (6) Knowledgeable of base level, major command, regional
HFO Office, HQ AFMSA/SGSF, HQ USAF/SG, and OASD/HA(DMFO) medical design
requirements and project cost limitations and funding thresholds; (8)
Describe in Block 10 of the SF 255 the firm's quality management plan,
including the team's organizational chart, quality assurance, cost
control, and coordination of the in-house work with consultants C.
Capacity to Accomplish the Work: The capacity to handle an average of
three (3) task orders averaging $200,000 each, simultaneously. D. Past
Performance: Past performance on contracts with respect to cost
control, quality of work, and compliance with performance schedules. E.
Geographic Location: Geographic location with respect to the
Southeastern U.S. F. Small Business, Small Disadvantage Business, and
Women Owned Business Participation: Extent of participation of small
businesses, small disadvantaged businesses, women owned businesses,
historically black colleges and universities, and minority institutions
in the proposed contract team, measured as a percentage of the total
estimated effort. G. Equitable Distribution of DOD contracts: Dollar
amount of DOD contract awards in the last 12 months as described in
Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general
submissions requirements. Firms must submit a copy of their SF 254 and
SF 255, and a copy of each consultant's SF 254. The 11/92 edition of
the forms must be used, and may be obtained from the Government
Printing Office. These must be received in the Mobile District Office
(CESAM-EN-MN) not later than close of business on the 30th day after
the date of publication of this solicitation in the Commerce Business
Daily. If the 30th day is a Saturday, Sunday, or Federal holiday, the
deadline is the close of business on the next business day. Regulations
requires that any submittals received after this date cannot be
considered by the Selection Board. Include ACASS number in Block 3b and
RFP Number in Block 2b of the SF 255. Call the ACASS Center at
503-326-3459 to obtain a number. A maximum of ten (10) projects,
including the prime and consultants, will be reviewed in Block 8.
Solicitation packages are not provided. This is not a request for
proposal. As required by acquisition regulations, interviews for the
purpose of discussing prospective contractors' qualifications for the
proposed contract will be conducted only for those firms considered
highly qualified after submittal review by the selection board (0153) Loren Data Corp. http://www.ld.com (SYN# 0020 19970604\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|