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