|
COMMERCE BUSINESS DAILY ISSUE OF JULY 24,1998 PSA#2144US ARMY ENGINEER DISTRICT, SEATTLE, PO BOX 3755, SEATTLE WA 98124-3755 C -- A-E DESIGN SERVICES FOR ENHANCED TRAINING IN IDAHO, PHASE II,
MOUNTAIN HOME AFB, ID SOL DACA67-98-R-0040 DUE 082598 POC Contract
Specialist Margaret J Gillam (206) 764-6588 (Site Code DACA67) A-E
services are required to design a new target training range for the
366th Composite Wing, Mountain Home AFB, ID. This project involves
construction of practice bombing facilities located in remote areas of
Idaho which include a maintenance complex (radio room, electronic
repair area, office space, dayroom, crew quarters and observation
tower, etc.), one-quarter acre and one acre emitter sites, one Early
Warning No-Drop site, one surface-to-air missile (SAM) drop site, one
Forward Edge of Battlefield Array (FEBA) (tank line-up) drop site with
an option for an industrial drop site which consists of a life-size
model industrial area. The work may include, but not be limited to the
preparation of design criteria documents, concept design, final
designs and construction support services for the subject project.
Design will be in metric units. The A-E will be required to use CADD on
this project. Cost estimates will be prepared in the Corps of Engineers
Computer Aided Cost Estimating System (M-CACES). This software will be
furnished by the Corps of Engineers after contract award. Design
drawings shall be produced in a format compatible with Intergraph
Microstation 32 V4.03 or higher. Specifications will be produced using
Corps of Engineers Military Guide Specifications. Design disciplines
required include: architecture, landscape architecture and civil,
structural, mechanical, electrical and fire protection engineering.
Significant evaluation criteria, in descending order of importance,
are: PRIMARY SELECTION CRITERIA: 1. Specialized experience and
technical competence as demonstrated in the following areas: Planning,
programming and design of pilot training ranges and other similar
projects and the design of suitably challenging and realistic targets
that will require the appropriate amount of maneuvering skill,
recognition and identification skills, and payload release/launch
skills. Addressing environmental concerns (e.g., protection of existing
flora and fauna), in Environmental Impact Statements and from
regulatory agencies (e.g., Bureau of Land Management) and specifically
tailoring designs and assessing cost impacts to accommodate agreements
and regulatory requirements. Design of roads and facilities in remote
and sensitive wilderness areas (including fencing and fire protection
requirements). Design of facilities for vehicle-mounted radar warning
systems. Use of standard Air Force and Corps of Engineers design
guidelines, requirements and procedures. 2. Professional
qualifications-The AE shall have qualified professional personnel in
all disciplines including registered professionals in the State of
Idaho in the architectural, landscape architecture, civil, mechanical,
electrical and fire protection disciplines; an outline of any prior
experience in similar projects shall be included. State specific
experience and training of proposed team members. 3. Knowledge of
locality as demonstrated by the following: Familiarity with prevailing
architectural themes of the area, particularly those of agricultural
and industrial-type buildings and the design of pre-engineered building
systems. Familiarity with the Idaho Department of Highways road
standards, recommended practices, design requirements and how
jurisdiction over public roads are divided within the State of Idaho.
Familiarity with the power distribution system and design requirements
of the local, electrical utility company, Idaho Power, including their
standards for providing facilities that are wildlife-friendly and
otherwise consistent with the environment. 4. Past Performance on
Department of Defense, Government and industry contracts with respect
to cost control, quality of work and compliance with performance
schedules. 5. Capacity of the firm to accomplish the work in the
required time. 6. Demonstrated Success in Prescribing the Use of
Recovered Materials and Achieving Waste Reduction and Energy Efficiency
in Facility Design. SECONDARY SELECTION CRITERIA-NOTE: The following
criteria are considered secondary factors and will only be used at
Final Evaluation as tie-breakers. (1) Extent of participation of Small
Business and Small Disadvantaged Business, Historically Black Colleges
and Universities and Minority Institutions on the proposed contract
team. (2) Geographic Proximity-location of the firm in the general
geographic area of the project. (3) Volume of DoD contract
awards-volume of DoD contract awards to the prime A-E firm in the last
12 months. If the selected firm is a large business and its proposal
exceeds $500,000, the firm will be required to submit a subcontracting
plan with its fee proposal. For this procurement, a large business is
a concern for which the annual average gross revenue taken for the
last three (3) fiscal years exceeds $2.5 million. If a large firm
chooses to subcontract, it is recommended that 55 percent of the total
planned subcontracting dollars should be placed with Small Business
(SB) concerns. It is recommended that 9.5 percent of subcontracted
dollars go to Small Disadvantaged Businesses (SDB), and 5 percent to
Women-Owned Small Businesses (WOSB's). WOSB's may not qualify as SDBs
for federal contracts. Responding firms should indicate ability to
access an electronic bulletin board and automated review management
system (ARMS) via modem. Proposed procurement will result in a fixed
price contract. Estimated construction cost is in the range of $10
million to $25 million. Design start and completion dates are scheduled
for 30 October 1998 and 30 July 1999, respectively. Qualified firms
desiring consideration shall submit one copy of SF 255, including
organizational chart of key personnel to be assigned to this project,
current SF 254, and consultant's current SF 254's. Street address for
sending submittals is: 4735 East Marginal Way South, Seattle, WA
98134-2385. No additional project information will be given to A-E
firms. Phone calls are discouraged unless absolutely necessary. This
project is open to both large and small businesses. Standard Industrial
Classification Code 8712. This is not a request for proposal. Posted
07/22/98 (I-SN227003). (0203) Loren Data Corp. http://www.ld.com (SYN# 0016 19980724\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|