|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 29,1998 PSA#2126U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street,
Omaha, NE 68102-4978 C -- DESIGN OF LODGING FACILITY FOR USAF RESERVE CENTER AT
MINNEAPOLIS/ST. PAUL IAP, MINNESOTA SOL DACA45-98-R-0023 POC for
procedural questions: John M. Miller (402)221-4176; technical: Vince
Turner (402)221-4561 WEB: Omaha District Contracting Division Homepage,
http://ebs.nwo.army.mil/EBS/CONTRACT.HTM. E-MAIL: Bob Cooper,
Bob.Cooper@usace.army.mil. CONTRACT INFORMATION: Types of services
required may include site investigations, concept design (35%), final
design and construction phase services. The basic contract will include
concept design for the entire facility and also may include site
investigations. Final design may be phased. Contract options will
include final design and construction phase services for up to four
phases. A Firm Fixed Price Contract will be negotiated for these
services. Estimated completion date is June 1999 with anticipated start
date of October 1998. The Omaha District may establish a design
partnership for this project. Prior to negotiation, the A-E will attend
a one-day partnering meeting at the Omaha District offices to define
Omaha District expectations of the A-E, create a positive working
atmosphere, encourage open communication and identify common goals.
Greater emphasis will also be placed on the A-E's quality control
procedures for this project. The District's reviews will not be
intended to replace the A-E's quality review. The A-E selected for this
project must submit for approval a project-specific design quality
control plan as a condition of contract award. This plan is not
required with this submittal. If a large business is selected for this
project, it must comply with FAR 52.219-9 regarding the requirement
for a subcontracting plan on that part of the work that it intends to
contract. This plan is not required with this submittal. The
subcontracting goals for this contract are that a minimum of 61.2% of
the contractor's intended subcontract amount be placed with small
businesses (SB), 9.1% be placed with small disadvantaged businesses
(SDB) and 4.5% be placed with women-owned small businesses (WOSB). The
on-site data gathering and charrette process may be used on this
project. PROJECT INFORMATION: Project consists of design for a
multi-story, 200 room lodging facility of about 8,500 square meters
(SM) for the Air Force Reserve Center at Minneapolis/St. Paul
International Airport. Primary functional spaceswill include lobby and
guest rooms. Site work includes site utilities, parking and
landscaping. Construction of the facility, as well as design, may be
phased. The estimated construction cost for the total project is
between $10,000,000 and $15,000,000. Construction cost estimates will
be prepared using the Corps of Engineers Micro-Computer Aided Cost
Estimating System (M-CACES) Gold version. (M-CACES software will be
provided.) Drawings will be prepared in a format fully compatible
AutoCAD version 14 or later. Delivery of electronic CADD and CALS
files, as well as vellums and prints, will be required. Use of the
metric system of measurement may be required for some deliverables
under the proposed contract; however, metric system experience is not
a selection criterion and is not required for selection. SELECTION
CRITERIA: Criteria for selection, in order of importance, are: (a)
Recent specialized experience and technical competence of the firm
(including consultants) in: (1) Design of similar lodging facilities
(2) Use of and familiarity with the charrette process. (3) Producing
award winning designs. (4) Use of cost estimating system as described
above or a similar system. (5) Energy efficiency, use of recovered
materials, waste reduction and pollution prevention in facility design.
(b) Quality control procedures and team organization, including
consultants as described in the Design Management Plan (see SUBMITTAL
REQUIREMENTS). The selected A-E firm must be able to provide designs
that meet guidance, criteria and quality standards without detailed
review by the District. The firm must also present a logical team
organization that provides an effective method of coordination and
communication between the individual team members as well as
consultants. (c) Professional qualifications and specialized experience
in providing services similar to those listed above of the proposed
team members (including consultants) in the following disciplines:
architecture; landscape architecture; interior design and civil,
structural, mechanical (HVAC, plumbing and fire protection) electrical
(lighting and power) engineering. (d) Capacity to perform the work in
the required time. (e) Past performance on previous contracts with
respect to cost control, quality of work, and compliance with
performance schedules. (f) Knowledge of the locality of the project.
(g) Compatibility with CADD system as described above. (h) Location in
the general geographic area of the project. (i) Extent of
participation of SB, SDB, and, if appropriate, historically black
colleges and universities, and minority institutions in the proposed
contract team, measured as a percentage of the estimated effort. (j)
Volume of DOD contract awards in the last 12 months with the object of
effecting an equitable distribution of DOD A-E contracts among
qualified A-E firms. SUBMITTAL REQUIREMENTS: Solicitation packages are
not provided for A-E contracts. This is not a request for proposal.
Firms desiring consideration must submit two copies of a combined SF
255 and separate SFs 254 for prime and each consultant. To be
considered, submittals must be addressed as follows: U.S. Army Corps of
Engineers, Omaha District, CENWO-ED-C, ATTN: John M. Miller, 215 N.
17th Street, Omaha, NE 68102-4978. Submittals must be received no later
than 4:00 PM CDT on July 27, 1998. In block 10 of the SF 255, provide
the following: (a) Design Management Plan (DMP). The plan should be
brief and include an explanation of the firm's management approach,
management of subcontractors (if applicable), specific quality control
procedures used and an organizational chart showing the
inter-relationship of management and various team components (including
subcontractors). (1) A list of architectural design awards received by
the firm in the past five years. (2) The firm's past performance and
familiarity with the charrette process through use of in-house staff or
consultant. In block 7 of SF 255 include team member's experience in
participating on interactive conceptual design teams (charrettes). In
block 3 of SF 255 provide the submitting firm's number (six or seven
digits) assigned by the Northwestern Division, U.S. Army Corps of
Engineers, for the Architect-Engineer Contract Administration Support
System (ACASS) and the firm number for any consultants in block 6 of
the SF 255. If unknown, so state. To receive information on how to
obtain an ACASS number, call (503) 808-4591. Personal visits for this
solicitation to the Omaha District offices or the project site will not
be scheduled. Posted 06/25/98 (0176) Loren Data Corp. http://www.ld.com (SYN# 0021 19980629\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|