Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 22,1998 PSA#2101

Alliant 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