COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 26, 2001 PSA #2795
SOLICITATIONS
C -- POL STORAGE COMPLEX, FORT BRAGG, NC
- Notice Date
- February 22, 2001
- Contracting Office
- U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia 31402-0889
- ZIP Code
- 31402-0889
- Solicitation Number
- DACA21-01-R-0028
- Point of Contact
- Charles Grainger at 912-652-5642 (Technical Information) or Dee Otis Henderson at 912-652-5289 (Contractual Information)
- E-Mail Address
- Dee Otis Henderson (dee.o.henderson@sas02.usace.army.mil)
- Description
- The Savannah District, U.S. Army Corps of Engineers, requires the services of an Architect-Engineer firm to prepare the plans, specifications, design analysis, and cost estimates for the design of petroleum, oils, and lubricants (POL) fuel storage complex with a 3,000-gallon per minute hydrant fuel system, for the POL Storage Complex, Fort Bragg, NC. This will be a firm fixed price contract. The contract is anticipated to be awarded in, May 2001 and completed in September 2002. The estimated construction cost range is $10,000,000.00 to $20,000,000.00. This announcement is open to all firms regardless of size. Large business offerors that intend to do any subcontracting must identify subcontracting opportunities with small business concerns, and must convey their intent to meet the minimum goals on the SF 255, Block 6. Written justification must be provided if the minimum goals cannot be met. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan as a part of the Request for Proposal package. The following goals are the minimum acceptable goals to be included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 62% TO SMALL BUSINESS; 1% TO VETERAN-OWNED SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS), 1.5% to HUBZONE SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS)., 5% TO WOMEN-OWNED SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS), and 10% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS). Reference FAR 52.219-9, DFAR 219.704/219.705-4, and AFAR 19.7, Appendix CC. The NAICS Code 541330 is Engineering Services, size standard is $4.0M. For additional information, please contact Mr. Dee Otis Henderson, Contract Specialist, at (912) 652-5289**** 2. PROJECT INFORMATION: The selected firm will be required to perform the following services: prepare the plans, specifications, design analysis, and cost estimates for the design of petroleum, oils, and lubricants (POL) fuel storage complex with a 3,000-gallon per minute hydrant fuel system. The project includes two each 10,000 barrel NATO cut and cover POL storage tanks with housing for three 600 gpm pumps, valves, hydrant and filter separators on top of each; two fuel stands; a petroleum operations building; a fuel truck maintenance building; a generator building; underground pipelines; and information systems. Supporting facilities include utilities and connections; electrical service; paving, walks, curbs and gutters; storm drainage and erosion control; security lighting and fencing; and sitework. Demolition of existing buildings, 10,000 barrel above ground storage tank, hardstand, with relocation of existing generator will be required. Asbestos and lead paint testing/abatement may be required. Architect-Engineer services during construction (shop drawing review and field visits) may be required. All design files must originate in and be delivered in the (*.dgn) format. Exceptions may be granted if the use of scanned files is required. In this case the scanned files must be converted to (*.dgn) format for delivery. All design files will be developed using the Tri Service AEC Standard as supplemented by the Savannah District instructions. The standards include naming convention, file and directory structure, line weights, levels and color. Any deviation shall be approved by the Contracting Officer. **** 3. SELECTION CRITERIA: See Note 24 for general A-E selection process. The selection criteria are listed below in descending order of importance (first by major criteria and then by each sub-criterion). CRITERIA A-F are primary. Criteria G thru I are secondary and will only be used as "tie-breakers" among technically equal firms. *** A. Specialized Experience and technical competence in (1) Design of POL Storage type facilities. (2) Knowledge of, and experience with US Army Corps of Engineers and Savannah District Corps of Engineers design criteria and procedures. (3) Fire Protection Systems (Detection and Alarms). (4) Originating designs in (*.dgn) format. (5) Use of MCACES cost estimating software. *** B. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules. Indication of favorable performance ratings, awards, and repeat clientele in Block 10 of SF 255 is recommended. *** C. Capacity to accomplish the work in the stated contract period and to provide the following professional disciplines: architectural, structural, civil, electrical, and mechanical engineering; topographic surveying; interior design; cost estimating; and fire protection engineering and industrial hygienist. Minimum capacity is one professional for each discipline, but additional capacity is desirable. These disciplines must be shown in Block 4 of SF 255. Please disregard the "to be utilized" statement at Block 4 of SF 255 and show the total strength of each discipline, however; for IN-HOUSE PERSONNEL, Column 4. (B), only indicate the number of personnel located in the specific office submitting the SF 255. All others, including branch offices in other locations, are to be indicated as consultants in Column 4(A). . *** D. Professional Qualifications of key management and design staff for each Architect-Engineer discipline. The design team must include a Registered Fire Protection Engineer whose principle duties are fire protection engineering or a Registered Architect or Registered Engineer who is a full member in good standing of the Society of Fire Protection Engineers (SFPE). Block 7 must contain resumes for all required disciplines. *** E. Knowledge of locality as it pertains in design and construction methods of military projects in the geographic area of this contract. F. Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design (sustainable design). *** SECONDARY CRITERIA. *** G. Extent of participation of all small business concerns measured as a percentage of the total estimated effort. *** H. Proximity to the project site. *** I. Volume of DoD contract awards in the last 12 months as described in Note 24. **** 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms must submit ONE (1) copy of SF 255 (11/92 edition), for prime and ONE (1) copy of SF 254 (11/92) for prime and all consultants to the following address -- U.S. Army Engineer District, Savannah, ATTN: CESAS-EN-ES (Natasha Givens), 100 W. Oglethorpe, Savannah, GA 31401-3640, not later than close of business the 30th day after the printed issue date of this announcement. If the 30th day is a Saturday, Sunday, or Holiday, the deadline is the close of business of the next business day. NO FAXED SUBMITTALS WILL BE ACCEPTED. FIRMS MUST INCLUDE PRIME's ACASS NUMBER in BLOCK 3 of SF 255. For ACASS INFORMATION: call 503/808-4591. Cover letters and extraneous materials (Brochures, etc.) are not desired and will not be considered. PHONE CALLS are DISCOURAGED unless ABSOLUTELY necessary. PERSONAL VISITS for the purpose of discussing this announcement WILL NOT BE SCHEDULED. This is NOT a REQUEST for a PROPOSAL.
- Web Link
- U.S. Army Corps of Engineers, Savannah District, Contracting (www.ebs.sas.usace.army.mil)
- Record
- Loren Data Corp. 20010226/CSOL003.HTM (W-053 SN50E3E1)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on February 22, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|