|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1998 PSA#2164U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street,
Omaha, NE 68102-4978 C -- DESIGN OF ADDITIONS AND ALTERATIONS TO SQUAD OPERATIONS FACILITY
AT ELLSWORTH AFB, SOUTH DAKOTA SOL DACA45-98-R-0035 POC Procedural
Questions: John M. Miller (402)221-4176 Technical: Howard Denker, Jr.
(402)221-3978 WEB: Omaha District Contracting Division Homepage,
http://ebs.nwo.army.mil/EBS/Contract.HTM. E-MAIL: Diana Vanderzandan or
Dawn Thompson, Diana.L.Vanderzandan@usace.army.mil or
Dawn.E.Thompson@usace.army.mil. CONTRACT INFORMATION: Types of
services required will include site investigations, concept design,
final design (option) and construction phase services (option). Concept
and final design will include furniture and equipment layout, color
boards, and perspective renderings of the project. Construction phase
services will include shop drawing review and as-built drawings. A Firm
Fixed Price Contract will be negotiated for these services. Estimated
completion date is July 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 will be used on this project. PROJECT INFORMATION:
Project consists of an alteration and addition to the existing Squad
Operations Facility. There will be 1,050 SM of alteration and 2,025 SM
of new addition. Major functional spaces will include offices, flight
planning and lounge. Project will renovate existing facility and
construct a brick veneer addition, metal roof system with skylights,
lighted parking, security, and landscaping. The project will also
contain 40KW of air conditioning. 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. 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 Microstation 95 format
and AutoCAD version 14 or later format. Final Design drawings will be
provided in vellums and prints will also be required. Project
Specifications will be prepared in Microsoft Word 97 for Windows. The
estimated construction cost is between $5,000,000 and $10,000,000.
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 Squadron Operations or
other similar facilities. (2) Producing award winning designs. (3) Use
of and familiarity with the charrette process. (4) Design for additions
and remodels including asbestos and lead paint removal. (b) Quality
control procedures and team organization, including consultants, as
described in the Design Management Plan (see SUBMITTAL REQUIREMENTS).
The selected 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 includes an
effective method of coordination and communication between prime and
consultants as well as individual team members. (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, electrical,
mechanical, structural, and civil engineering, site planning, and
interior design. (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, M-CACES estimating system and word processing system as
described above. (h) Energy efficiency, use of recovered materials,
waste reduction and pollution prevention in facility design. (i)
Location in the general geographic area of the project. (j) 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. (k)
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 CST 23 Sep. 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). (b) A list of architectural design awards received by
the firm in the past five years. (c) 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 North Pacific 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 08/19/98 (W-SN239159). (0231) Loren Data Corp. http://www.ld.com (SYN# 0018 19980821\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|