|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 11,1997 PSA#1906U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia
31402-0889 C -- EMERGENCY SERVICES CENTER, FORT JACKSON, SC SOL DACA21-97-R-0063
POC Charles Grainger, 912/652-5642 WEB: Corps of Engineers, Savannah
District, Contracting, http://www.sas.usace.army.mil/. E-MAIL: Rosetta
Stewart, rosetta.stewart@sas02.usace.army.mil. 1. CONTRACT
INFORMATION: The Savannah District U.S. Army Corps of Engineers
requires the services of an Architect-Engineer firm to prepare the
plans, specifications, design analysis, and cost estimates for the
design of a 34,130 sq. ft (3169 sq. m) Emergency Services Center. The
A-E will be required to provide concept design, final design, services
during construction and shop drawing review services. This will be a
firm fixed price contract. The contract is anticipated to be awarded in
November 1997 and completed in June 1999. The estimated construction
cost range is $5,000,000 to $10,000,000. This announcement is open to
all firms regardless of size. **** 2. PROJECT INFORMATION: The selected
firm will be required to perform the following services: prepare the
plans, specifications, design analysis, and cost estimates for the
design of a 34,130 sq. ft (3169 sq. m) Emergency Services Center. The
project includes a five-stall, two vehicle deep, two company
headquarters fire station; a Provost Marshall station; and an Emergency
Medical Services (EMS) Station. Installation of an Intrusion Detection
System (IDS) is required. Connection to the installation's monitoring
and control system (EMCS) is required. Supporting facilities include
utilities; electric service; fire protection and alarm systems; paving,
walks, curbs and gutters; storm drainage; information systems; HVAC;
site improvements; and demolition. A Comprehensive Interior Design
package is required. Architect-Engineer services during construction
(shop drawing review and field visits) may be required.) **** 3.
SELECTION CRITERIA: See Note 24 for general A-E selection process. The
selection criteria are listed below in descending order of importance
(first by major criteria and then by each sub-criterion). CRITERIA A-F
are primary. Criteria G thru I are secondary and will only be used as
"tie-breakers" among technically equal firms. *** A. Specialized
Experience and technical competence in (1) Design of Fire Protection
Services (fire station) . (2) Provost Marshal station . (3) Preparation
of Emergency Medical Services (Medical Facilities). (4) Security
Systems (Intruder & Smoke Detection). (5) Use of CADD and translation
into Intergraph. (6) Use of MCACES cost estimating. *** B. Past
performance on DoD and other contracts with respect to cost control,
quality of work and compliance with performance schedules. *** C.
Capacity to accomplish the work in the stated contract period and to
provide the following disciplines: architectural, structural, civil,
electrical engineering, mechanical, topo survey crew, industrial
hygienist (asbestos), interior designer, cost estimator and a fire
protection engineer. Please disregard the "to be utilized" statement at
Block 4 of SF 255 and show the total strength of each discipline. ***
D. Professional Qualifications of key management and professional staff
members. The design team must include a Registered Fire Protection
Engineer whose principle duties are fire protection engineering or a
Registered Architect or Registered Engineer who is a full member in
good standing of the Society of Fire Protection Engineers (SFPE). ***
E. Knowledge of locality as it pertains in design and construction
methods of projects in the geographic area of this contract. *** F.
Demonstrated success in prescribing the use of recovered materials and
achieving waste reduction and energy efficiency in facility design.
SECONDARY CRITERIA. *** G. Extent of participation of Small Business
(SB) including (Women Owned Small Business (WOSB)), Small Disadvantaged
Business (SDB), historically black colleges and universities, and
minority institutions in the proposed team, measured as a percentage of
the total estimated effort. *** H. Proximity to the project site. ***
I. 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 must submit ONE (1) copy of
SF 255 (11/92 edition) for prime and ONE (1) copy of SF 254 (11/92) for
prime andall consultants to the following address: US Army Engineer
District, Savannah, ATTN: CESAS-EN-EA, 100 W. Oglethorpe, Savannah, GA
31401-3640, not later than close of business the 30th day after the
date of this announcement. If the 30th day is a Saturday, Sunday, or
Holiday, the deadline is the close of business of the next business
day. NO FAXED SUBMITTALS WILL BE ACCEPTED. FIRMS MUST INCLUDE PRIME's
ACASS NUMBER in BLOCK 3 of SF 255. For ACASS INFORMATION: call
503/326-3459. Cover letters and extraneous materials (Brochures, etc.)
are not desired and will not be considered. PHONE CALLS are
DISCOURAGED unless ABSOLUTELY necessary. PERSONAL VISITS for the
purpose of discussing this announcement WILL NOT BE SCHEDULED. This is
NOT a REQUEST for a PROPOSAL. (0219) Loren Data Corp. http://www.ld.com (SYN# 0018 19970811\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|