|
COMMERCE BUSINESS DAILY ISSUE OF MAY 9,2000 PSA#2596Department of the Army, Baltimore District, Corps of Engineer, 10 South
Howard Street, Room 7000, Baltimore, MD 21201-1715 C -- ARCHITECT-ENGINEER SERVICES FOR DESIGN OF A DEFENSE THREAT
REDUCTION CENTER, FT. BELVOIR, VIRGINIA SOL DACA31-00-R-0043 POC
Contact MARY A. RICHE (410) 962-4880 1. CONTRACT INFORMATION:
Architect-Engineer services are required for topographic survey, site
investigation, planning, programming, survey and geotechnical report,
engineering studies, space planning, interior design, parametric design
and cost estimate, concept design, final design, preparation of
construction contract documents, and construction phase services for
the construction of a new Defense Threat Reduction Center (DTRC) at
Fort Belvoir, Virginia. Construction phase services may include
preparation of operation and maintenance manuals, shop drawing review,
site visits and technical assistance. Services may also include
commissioning design and support; design of tenant improvements and
support services; and O&M (Building Operations and Maintenance) and
startup services and assistance. This announcement is open to all
businesses regardless of size. A firm-fixed-price contract will be
negotiated. If a large business is selected for this contract, it must
comply with FAR 52.219-9 regarding the requirement for a
subcontracting plan on that part of the work it plans to subcontract.
The plan is not required with this submittal but will be required from
those firms selected for the interview phase. 2. PROJECT INFORMATION:
This project will include design of a new 28,000 SM Defense Threat
Reduction Center at Fort Belvoir, Virginia. The project will result in
the construction of a new consolidated facility for the Defense Threat
Reduction Agency. Also part of the project scope are a new 2,200 SM
receiving warehouse and a new 22,000 SM parking facility. Functions
carried out in four leased facilities and one GSA owned facility will
be incorporated into the design of the new consolidated facility. The
new facility will incorporate force protection measures; no-break power
and redundant HVAC systems for critical loads; raised flooring for
mainframe computer systems; ops center and modeling center; passenger
and freight elevators; fire suppression systems; information systems
wireways; and physical security systems. Support facilities include: a
covered walkway or tunnel, a gate house building, utilities (water,
sewer, gas, mechanical, steam and permits), electric services, paving,
roads, walks, curbs, gutters, parking, fencing, storm drainage,
communication and information systems, fire protection and alarm
systems, special construction features, site improvements, and
demolition. Project will be designed in accordance with: Uniform
Federal Accessibility Standards (UFAS), Americans with Disabilities Act
Accessibility Guidelines (ADAAG), Occupational Safety and Health
Administration (OSHA), the Installation Design Guide (IDG) for Fort
Belvoir, the Installation Master Plan, NFPA Life Safety Codes and
requirements of National Capitol Planning Commission (NCPC). The design
will be prepared in the metric system of measurement. Construction cost
estimates will be prepared using Corps of Engineers Computer Aided Cost
Estimating System (M-CACES) (software provided by Government) or
similar software. The specifications will be produced in SPECSINTACT
using Corps of Engineers Military Construction Guide Specifications.
Work may include subsurface hazardous materials abatement. The
estimated construction cost of this project is between $50 to $75
million. 3. SELECTION CRITERIA: The selection criteria are listed below
in descending order of importance (first by major criterion and then by
each sub-criterion). Criteria "a" through "e" are primary. Criteria "f"
through "g" are secondary and will only be used as tiebreakers between
technically equal firms. a. Specialized experience and technical
competence of the firm and consultants in: (1) Design of new
administrative/office facilities. (2) Design of physical security and
force protection requirements in accordance with U.S. Army standards.
(3) Design of no-break power systems. (4) Design of Secure
Compartmented Intelligence Facilities (SCIF). (5) Design of flexible,
open office architecture. (6) Interior design. (7) Design of voice and
data communication systems. (8) Construction sequencing and phasing.
(9) Design of state of the art conferencing capabilities. b. Qualified
professional personnel in the following key disciplines: project
management; architecture; mechanical, electrical, fire protection,
structural, civil, and communication engineering; cost estimating;
industrial hygienist; interior design; landscape architecture; and
operation and maintenance systems. Registered professionals are
required in the following disciplines: architecture; civil, structural,
mechanical, electrical, fire protection, structural, and communications
engineering; and industrial hygienist. In lieu of a registered fire
protection engineer, a registered architect or a registered engineer
whose principal duties are fire protection engineering and who is a
full member in good standing of the Society of Fire Protection
Engineers will be accepted. The evaluation will consider education,
training, registration, certification, overall and relevant experience,
and longevity with the firm. c. Experience producing quality designs
based on an evaluation of a firm's design quality management plan
(DQMP). The DQMP, which will be required from those firms selected for
the interview phase, should include an organization chart and briefly
address management approach, team organization, quality control
procedures, cost control, value engineering, coordination of in-house
disciplines and subcontractors, and prior experience of the prime firm
and any significant consultants on similar projects. d. Past
performance on DOD and other contracts with respect to quality of work,
cost control, and compliance with performance schedules. e. The
evaluation will consider the experience of the firm and any consultants
in similar size projects, and the availability of an adequate number of
personnel in key disciplines. f. Extent of participation of small
businesses including woman owned small business, small disadvantaged
businesses, historically black colleges and universities, and minority
institutions in the proposed contract team, measured as a percentage
of the total estimated effort. g. Volume of DOD contract awards in the
last 12 months as described in Note 24. SUBCONTRACTING PLAN
REQUIREMENTS: If the selected firm is a large business concern, a
subcontracting plan with the final fee proposal will be required,
consistent with Section 806 (b) of PL 100-180, 95-507, and 99-661. A
minimum of 40% of the total planned subcontracting dollars shall be
placed with small business concerns. At least 15% of total planned
subcontracting dollars shall be placed with small disadvantaged
businesses, to include Historically Black College and University or
Minority Institutions, 1.5% to HUB Zone small business firms, and 8%
with women-owned small businesses. NAB encourages WOSB and SDB
participation as prime contractors. The plan is not required with this
submittal. SUBMISSION REQUIREMENTS: See Note 24 for general submission
requirements. Note 24 is written in detail in any Monday issue of the
CBD. Interested firms must submit an SF 255 forthe prime. SF 254's must
be submitted for the prime and for each consultant. These forms shall
be submitted to the above address not later than 4:00PM on 9 June 2000.
The SF 255 and SF 254 shall clearly indicate the staffing of the office
indicated to do the work. Only one copy of a submission (SF 255/SF254)
is required at this time. Short listed firms may be requested to
submit up to two additional copies of their proposal. The Baltimore
District does not retain SF 254's on file. In block 9 of the SF 255,
the prime shall provide contract award dates for all projects listed in
that section. One Preselection Board and one Selection Board will be
conducted from this solicitation. In order to comply with the Debt
Collection Improvement Act of 1996, all contractors must be registered
in the Central Contractor Registration (CCR) to be considered for
award of a Federal contract. A paper copy may be obtained from the DOD
Electronic Commerce Information Center at 1-800-334-3414 or Contact
CCR web site at http://www.ccr2000.com. Mailing address to send
proposals: US Army Corps of Engineers, 10 South Howard St., Room 7000,
Baltimore, MD 21201, ATTN: Mary A. Riche. Ms. Riche can be reached at
410-962-4880 and via Internet mary.a.riche@nab02.usace.army.mil.
Solicitation packages are not provided. This is not a request for
proposal. Personal visits for discussing this announcement will not be
scheduled. Posted 05/05/00 (W-SN452026). (0126) Loren Data Corp. http://www.ld.com (SYN# 0015 20000509\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|