|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1998 PSA#2108U.S. Army Corps of Engineers, 600 M.L. King, Jr. Pl., Rm 821,
Louisville, KY 40202-2230 C -- A/E SERVICES FOR AN INDEFINITE DELIVERY CONTRACT FOR THE DESIGN
OF VARIOUS MILITARY ARCHITECTURAL AND ENGINEERING PROJECT FOR DETROIT
ARSENAL, MICHIGAN SOL DACA27-98-R-0040 DUE 070698 POC Contract
Specialist, Charles Lockman (502) 625-7532; Technical POC: George
Flickner (502) 582-6120 WEB: US Army COE, Louisville District,
Contracting Division,
http://www.orl.usace.army.mil/ceorl1/ct_pages.htm. THIS IS A RE-ISSUE
OF CBD ANNOUNCEMENT ON MAY 28, 1998 1. GENERAL CONTRACT INFORMATION:
The proposed services will be obtained by a negotiated Firm Fixed Price
Contract for military activities at the Detroit Arsenal. Projects will
be awarded by Individual Task Orders not to exceed $200,000 with the
maximum contract value being $500,000. The estimated construction cost
per project is between $50,000 and $2,000,000. The contract period is
one year from date of award with an option to extend two additional
periods with an additional $500,000 for each period the option is
exercised. Metric design, in whole or in part, will be required for the
authorized projects unless otherwise specified. Cost estimating may be
required in Means or other cost estimating format required by the
installation. Construction cost estimating may be required to be
accomplished using the Micro-Computer Aided Cost Estimating System
(M-CACES) software (software and database will be furnished).
Specifications must be electronically developed using Corps of
Engineers Guide Specifications (CEGS), unless otherwise directed. All
drawings must be electronically developed. Required electronic format
is Microstation unless otherwise indicated by the installation. Any
CADD system may be used. A laboratory accredited in Bulk Asbestos Fiber
Analysis given by the National Institute of Standards and Technology
(NIST) under the National Voluntary Laboratory Accreditation Program
(NVLAP) must be available for hazardous material testing as needed.
This announcement is open to all businesses regardless of size. If a
large business is selected to negotiate a contract, the firm will be
required to present an acceptable Small Business and Small
Disadvantaged Business Subcontracting Plan in accordance with Public
Law 95-507 prior to award of the contracts. The current subcontracting
goals are 61.2% to Small Business, 9.1% to Small Disadvantaged
Business and 4.5% to Women-Owned Small Business. These percentages are
applied to the total amount of subcontracted dollars. Some projects
may require partnering with the selected firm which could require the
selected A/E to attend an approximate one-day partnering meeting to
define the District's expectations of the A/E, create a positive
working atmosphere, encourage open communication, and identify common
goals. Significant emphasis will be placed on the A/E's quality control
procedures, as the District will not review quality into the project.
2. PROJECT INFORMATION: Activities such as preparation of plans,
specifications, construction management services, construction cost
estimates, facility master planning documents, and/or technical studies
in support of such projects as: a) building design, renovation, and
repairs to include items as painting, window and door replacement, and
roof repairs and/or replacements b) structural analysis and design
(includes seismic analysis) c) mechanical systems, HVAC and plumbing d)
electrical systems, alarms and controls, interior/exterior lighting and
distribution systems e) fire protection systems f) road design, paving
and resurfacing g) geotechnical (soils engineering) activities h) site
surveying i) site work including planning, grading and drainage j)
hydrology k) water and waste water distribution and treatment l)
interior space planning and design to include pre-wired work stations
m) landscape planning n) corrosion prevention and control and o)
survey, analysis, and abatement design for hazardous materials
encountered in building demolition and renovation i.e. PCB's, asbestos,
and lead in such forms as electrical appurtenances, painted surfaces,
floor tiling, pipe insulation and roofing felts. Some work in
enclosed/confined spaces may be required. 3. SELECTION CRITERIA: See
Note 24 for general selection process information. The specific
selection criteria ( a through f being primary and g through h
secondary) in descending order of importance are as follows and must be
documented in the SF255: a) Professional Qualifications: Designers and
checkers with education, training, and specialized experience in
architecture and in the fields of civil, fire protection, geotechnical
(soils engineering), hydrology, structural (independent of civil),
mechanical, and electrical engineering are necessary with at least one
in each field professionally registered. Additionally, professionals
qualified by education, registration, certification, and/or training in
interior design, landscape architecture, industrial hygiene, and
hazardous material inspection and abatement methods are necessary. The
Interior Designer must either be NCIDQ Certified, a registered
Interior Designer, or a registered architect with demonstrated training
and experience in interior design. The hygienist must be a Certified
Industrial Hygienist (CIH) as certified by the American Board of
Industrial Hygienist (ABIH). The hazardous material inspector must have
successfully completed an EPA approved course for building inspectors
and asbestos management planners. b) Specialized experience and
technical competence in building design and or renovation including
seismic design or upgrades; raised flooring; comprehensive interior
design; pre-wired work stations; acoustic separation; security systems;
Life Safety Codes; exterior and interior lighting; mechanical and
electrical systems to include HVAC systems and energy monitoring
control systems; design of fire alarm and protection systems; site
surveying; road design, drainage, and general site grading; hydrology;
geotechnical (soils engineering) activities; utility analysis and
design to include electrical distribution, mechanical, storm and
sanitary systems; corrosion protection systems; and asbestos, lead
paint, radon, and PCB investigations and abatement. Technical
competence and experience in energy conservation, pollution prevention,
waste reduction, and the use of recovered materials must be documented.
Experience, knowledge of regulations, and working relationships with
the Michigan Department of Environmental Quality (MDEQ) must be
documented. Only resumes identifying the professionalism and
specialized experience of the design group are necessary. Other
available personnel may be specified in paragraph 10 of the SF 255. c)
Capacity to complete the work in the required time. d) Past
performance on DOD, private sector, and other contracts with respect to
cost control, quality of work, and compliance with performance
schedules. e) Geographical location and knowledge of the locality of
the project. f) Superior performance evaluations on recently completed
DOD contracts. g) Volume of DOD contract awards in the last 12 months
as described in Note 24. h) Extent of participation of SB, SDB,
historically black colleges and universities, and minority institutions
in the proposed contract team, measured as a percentage of the
estimated effort. In addition, a brief Design Management Plan including
an explanation of the firm's management approach, management of
subcontractors (if applicable), quality control procedures and an
organizational chart showing the inter-relationship of managementand
various team components (including subcontractors) must be included in
paragraph 10 of the SF 255. 3. SUBMITTAL REQUIREMENTS: See Note 24 for
general submission requirements. Any firm with an electronic mailbox
responding to this solicitation should identify such address in the SF
255. Release of firm status will occur within 10 days after approval
of any selection. (0152) Loren Data Corp. http://www.ld.com (SYN# 0021 19980603\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|