Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 4,1997 PSA#1859

U.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