Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 24,1998 PSA#2144

US 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