|
COMMERCE BUSINESS DAILY ISSUE OF MAY 22,1998 PSA#2101Alliant Techsystems Incorporated, Allegany Ballistics Laboratory, P.O.
Box 210, State Route 956, Rocket Center, WV 26726 C -- DESIGN/BUILD SERVICES FOR DEVELOPMENT & TRAINING CENTER SOL
PHC-231 POC Patrick H. Cunningham, 304-726-5047 Design/build services
are required for the design and construction of a Development &
Training Center. The building will primarily serve as a child day care
center, with a capacity of 100 children, but will also have
accomodations for adult professional services training. The design and
construction effort includes, but is not limited to, site surveying,
site subsurface evaluation, sitework, site utilities, foundations,
superstructure, exterior closure, roofing, interior construction and
finishes, plumbing, HVAC, fire protection, electrical service and
distribution, lighting and branch wiring, and communications systems.
Design and construction shall be in accordance with BOCA and all
applicable federal and state regulations. Interested parties must
demonstrate that the firm, key personnel, and key consultants are
qualified to provide services with respect to the following evaluation
factors, each of which will be considered equally important. (1)
Specialized Experience -- firms will be evaluated in terms of their
past experience with regard to a) design and construction of day care
facilities through design/build method of project delivery; b) design
of day care facilities through any method of project delivery; and c)
construction of day care facilities through any method of project
delivery. (2) Professional Qualifications and Technical Competence --
firms will be evaluated on the design, construction, and project staffs
and consultants with regard to experience on previous a) design/build
projects; b) design projects; and c) construction projects. (3) Past
Performance -- firms will be evaluated in terms of a) demonstrated long
term business relationships and repeat business with the Government and
private customers, and b) performance awards/letters of recommendations
received. (4) Quality Control Program -- firms will be evaluated in
terms of their a) internal quality control program used to ensure
technical accuracy and discipline coordination of plans and
specifications; b) cost control techniques utilized to establish an
accurate project budject and design and construct within the budget; c)
work quality as demonstrated by the history of change orders issued
during construction. (5) Location and Knowledge of the Locality of the
Project -- firms will be evaluated on a) their location with respect
of local codes, laws, permits and practices. Total estimated cost of
this effort is between $1,000,000 and $2,500,000. Estimate term of the
contract will be 365 calendar days. Type of contract: Firm Fixed
Price. Firms that meet the requirements described in this announcement
are invited to submit Standard Forms (SF) 254 and 255, U.S. Government
Architect-Engineering Qualifications, to the office shown above. In
Block 10 of the SF 255, discuss why the firm is especially qualified
based upon synopsized evaluation factors; and provide evidence that
your firm firm is permitted by law to practice the professions of
architecture, engineering and/or construction, i.e. State registration
number. Use Block 10 of the SF 255 to provide any additional
information desired and continue Block 10 narrative discussion on plain
bond paper. All information must be included within the SF 255; cover
letter and other attachments will not be considered in the evaluation
process. Provide a synopsis of the scope of work, point of contact and
telephone number for each project listed in the SF 255 Block 8. Firms
responding by 4:00 P.M. (local time), June 22, 1998 will be
considered. Late responses will be handled in accordance with FAR
52.215.10. Neither hand carried responses or facsimile responses will
be accepted. Firms responding to this advertisement are requested to
submit three copies of qualifications statements. The qualification
statements should clearly indicate the office location where the work
will be performed and qualifications of the individuals anticipated to
work on the contract and their geographic location. This proposed
contract is being solicited on an unrestricted basis, therefore,
replies to this notice are requested from all business conserns. Before
award of contract, the sucessful firm (if not a Small Business Concern)
shall agree in the contract, by incorporation of an acceptable small
business, small disadvantage business, and woman-owned business
subcontracting plan in accordance with FAR 19.7. The small business
size standard classification is SIC 8712 ($2,500,000). This is not a
request for proposal. (0140) Loren Data Corp. http://www.ld.com (SYN# 0029 19980522\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|