COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6, 2000 PSA #2741
SOLICITATIONS
C -- DESIGN BUILD RFP FOR THE DESIGN OF TACTICAL EQUIPMENT MAINTENANCE FACILITY FOR THE AVIATION BRIGADE, 10TH MOUNTAIN DIVISION (LIGHT INFANTRY) AT WHEELER-SACK AIFIELD, FORT DRUM, NEW YORKE
- Notice Date
- December 4, 2000
- Contracting Office
- US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- CBAEN-01-333
- Point of Contact
- Willien Cunningham, Procurement Assistant 212-264-9123
- Description
- Scope of services required: The government intends to award one contract for the completion of the services outlined herein. No further announcement with regards to this project will be made in the future. The services required are as follows: Prepare a Request for Proposal (RFP) for a Design Build contract to design and construct two brigade vehicle maintenance shops for the Aviation Brigade. The project will include 51 work bays and six administrative areas. Administrative areas will be adjacent to their respective work bays. Project will also include an organizational equipment storage building and petroleum, oils, and lubricants (POL) storage building; and organizational parking. Install an intrusion detection system (IDS). Supporting facilities include utilities, electric service, fire protection and alarm systems, paving, walks, security fencing and lighting, information systems, and site improvements. Heating will be provided by hot water from oil-fired boilers. Garage spaces will be heated by hot water unit heaters.Technical capability required: Firms must demonstrate how they will manage this project to insure quality control. The prime must identify in the submittal the quantity and disciplines of personnel in their working office. These specific disciplines are required: Architects; Civil and Structural Engineering, Mechanical and Electrical Engineering including HVAC, plumbing, utilities, intrusion detection, telecommunications (including Fiber Optics), Information systems, fire detection/protection systems. NFPA certified Fire Protection/Detection Engineer. A licensed Industrial Hygienist. A Cost Estimating Specialist is also required. The lead project personnel must be licensed professional engineers or architects.Special Qualifications: Previous experience with the design of vehicle maintenance projects on military installations is preferred. A/E must have previous experience with preparing RFP's for design build contracts. A/E must have previous experience working in active military airfields. A/E must have previous experience in the design of POL storage buildings. The A/E must have previous experience with cold weather construction. The A/E as part of his submittal will include an execution plan which delineates how the work will be accomplished. Submittals should include in Section 10 of SF 255 examples of design work on similar projects that demonstrates the re-use of construction materials to achieve waste reduction and energy efficiency. Responding firms should indicate their ability to access an electronic bulletin board and Automated Review Management System (ARMS) via a Hayes or Hayes compatible modem, through an IBM compatible PC. Past experience with the Corp's M-CACES Gold Cost Estimating program, or the firm's capability to use the program is required. Production of drawings (CADD) must be accomplished in the latest version of Microstation. Specifications and design analyses shall be prepared using MS Word 00. Plans and specifications will also be required in Electronic Bid Sets (EBS), which requires specifications to be in Portable Document Format (.pdf) and all Contract design files to be provided in Continuous Acquisition and Life-Cycle Support (.cal) format. Cost estimates shall be accomplished in the latest version of M-CACES. Firm selected for this project can NOT participate as the designer for the Design-Build contract. Closing date for submitting SF255: : 30 days after advertising date. If this date falls on a Saturday, Sunday, or Holiday the closing date will be on the next business day. Firms must submit their qualifications on 11-92 version of SF255 and SF254. SF254 should reflect the overall firms capacity, whereas, SF 255 should reflect only the personnel dedicated to the specific project referenced in the submittal. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted. A. Primary Selection Criteria 1. Specialized experience and technical competence in the type of work required.2. Professional qualifications necessary for satisfactory performance of required services.3. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 4. Capacity to accomplish the work within the required time.5. Knowledge of the locality in the general geographical area of Ft Drum, New York, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encouraged to submit from any geographical area.6. Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (If applicable)B. Secondary Selection Criteria 1. Extent of participation of small businesses, 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. 2. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, HUBzone small, small disadvantaged business and -owned small business and verteran-owned small businesses and service-disabled veteran owned small businesses concerns firms and firms that have not had prior DoD contracts.Approximate start date of contract: May 2001 Approximate completion date of contract: September 2002 Estimated Construction cost is $20,000,000 to $30,000,000.Small businesss, HUBZone small. small disadvantaged businesses and women-owned small business and verteran owned small businesses and service-disabled veteran-owned small businesses firms are Firms which have not previously applied for New York District projects and firms which do not have a current SF-254 on file with the New York District should submit two of the SF-254 with this initial response to CBD announcement. Firms using consultants should submit copies of the SF-254 for their consultants a) Notification of all firms will be made within 10 calendar days after approval of the Final selection. Notifications will not be sent after pre-selection approval. The notification will say the firm was not among the most highly qualified firms and that the firm may request a debriefing. b) The A/E's request for a debriefing must be received by the selection chairperson within 30 calendar days after the date on which the firm received the notification.c) Debriefing(s) will occur within 14 calendar days after receipt of the written request.d) Copies of all SF 254's & SF 255's of all firms, who are not short listed, will be held for 30 calendar days after notifications are sent out. Three (3) copies of the submittals should be sent to Ms. Willien Cunningham, CENAN-EN-M, Room 2037, 26 Federal Plaza, New York, NY 10278, (212) 264-9123.
- Record
- Loren Data Corp. 20001206/CSOL006.HTM (W-339 SN5079E4)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on December 4, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|