Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 29,1998 PSA#2251

DA, Tulsa District, Corps of Engineers, P.O. Box 61, Tulsa, OK 74121-0061, ATTN: Military/HTRW Contracts Branch, (918)669-7281

C -- RAIL SYSTEM AND CONTAINER FACILTIY, FORT SILL, OKLAHOMA SOL DACA56-99-R-0005 POC Jack Schaefer, (918)669-7041, Military/HTRW Contracts Branch or Kevin Weber, (918)669-7060, Military Design Section, 1645 S. 101 East Ave., Tulsa, OK 74121 1. CONTRACT INFORMATION: A firm fixed-price architect-engineer contract will be negotiated for the preliminary and final design of the subject project. All work must be performed by or under the direct supervision of licensed professional engineers and/or architects. Required services consist of all work related to the preparation of plans, specifications, construction cost estimates, studies, and permit applications. Construction phase services including shop drawing reviews, field consultation, design modifications, operation and maintenance manuals, and as-built drawing preparation may be awarded as an option. This procurement is unrestricted. The anticipated contract award date is March 1999. All responders are advised that this requirement may be canceled or revised at any time during the solicitation, evaluation, selection, and negotiation, and that final award date may vary and final completion date may vary. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding requirements for a subcontracting plan on that part of the work which it intends to subcontract. For your information, the subcontracting goals for Tulsa District are 65% for small business, 10% for small disadvantaged business, and 5% for woman-owned business. The plan is not required with this submittal. 2. PROJECT INFORMATION: This project consists of a new railyard with new track, a wye, five concrete end-loading ramps, paved marshaling area, container staging, stuffing, and storage area, a new Rail Operations building, and several ammunition storage bunkers. Supporting systems include utilities, area and security lighting, fire protection and alarm systems, access roads, storm drainage, sanitary sewer, fencing, information systems, and site improvements. Estimated construction cost is between $8M and $13M. Metric scale is required on construction drawings. Selected A-E will be required to produce CADD drawings compatible with Microstation software (5.0 or higher) of Bentley Systems, to access a computerized Automated Review Management Systems (ARMS) via modem, and to produce cost estimates using M-CACES Gold. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria, in descending order of importance, are: A. Experience: 1) Recent specialized experience and technical competence of the firm and/or consultants in the planning and design of rail systems as described above as it relates to the capability to rapidly load and deploy contingency task units from a facility such as Fort Sill OK. 2) Design within cost limitations. 3) Design quality management procedures and coordination between disciplines and subcontractors. (Comparable experience of the firm and consultants on projects completed within the last five years will be given the greatest weight.) B. Past performance on DoD and other contracts with respect to cost control, quality of work, delivery schedule compliance, history of working relationships with consultants, timely construction support, and overall cooperation and response. C. Geographical location with knowledge and familiarity of site location, conditions, materials and supplies availability, and applicable regulatory requirements. D. Qualified registered professional personnel with experience in the following disciplines, but not limited to: project management, architectural, civil, cost estimating, electrical, fire protection, geotechnical, mechanical, structural, and surveying. Particular focus will be on the qualifications of the personnel with relevant experience on similar projects. E. Sufficient capacity to complete the design by September 1999 with emphasis on the staff to be assigned to the project and ability of the firm to ensure timely response to requests for on-site support. F. Volume of DoD contract awards in the last twelve months as described in Note 24. 4. SUBMITTAL REQUIREMENTS: See Note 24 for general submittal requirements. Interested firms having the capabilities to perform this work must submit one copy of SF 255 (and a SF 254 for the prime firm and each consultant) to the above address no later than 4:30 p.m. on 29 Jan 99. Solicitation packages are not provided. This is not a request for proposal. The SF 255 should specifically address the requirements of this announcement. Responding firms are requested to clearly identify those tasks to be performed in-house and at what office, and those tasks to be subcontracted and at what office. Responding firms are requested to reference clients by name and telephone number for their three most recent similar designs in Block 10 of their SF 255. Also in Block 10 of the SF 255 describe the firm's project-specific design quality control plan, including coordination with subcontractors. Cover letters and extraneous material are not desired and will not be considered. Personal visits to discuss this contract will not be scheduled. Posted 12/24/98 (I-SN283474). (0358)

Loren Data Corp. http://www.ld.com (SYN# 0003 19981229\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page