Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 11,1997 PSA#1906

U. 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