Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 29,1998 PSA#2126

U. 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