COMMERCE BUSINESS DAILY ISSUE OF JULY 23, 2001 PSA #2898
SOLICITATIONS
C -- FIXED PRICE CONTRACT FOR DESIGN OF STUDENT DORMITORY, LACKLAND AFB,TX
- Notice Date
- July 19, 2001
- Contracting Office
- U.S. Army Corps Of Engineers, Fort Worth District, P.O. Box 17300, 819 Taylor Street, Attn: CESWF-CT, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- DACA63-01-R-0021
- Response Due
- August 21, 2001
- Point of Contact
- Ruth Powell, Contract Specialist, (817/978-4412)
- E-Mail Address
- Ruth A. Powell, Contract Specialist (ruth.a.powell@SWF02.usace.army.mil)
- Description
- 1. CONTRACT INFORMATION: Multidiscipline Design or other Professional Services, procured in accordance with PL-582 (Brooks A-E Act) and FAR Part 36, are required for design, drafting, planning, studies, site investigation, construction cost estimating, topographic or boundary surveys, value engineering services, and possibly services during construction associated with the design of Student Dormitory, Lackland AFB, TX. Work may also include landscaping, architectural hardware, electronic communications, environmental or EPA regulatory considerations including storm water pollution prevention plans, and environmental studies/surveys and abatement design services. The basic contract will be for design of one Student Dormitory, Lackland AFB, TX with an estimated construction cost of $17,000,000. The Government reserves the right to exercise one to four options for the basic design to be site adapted at Lackland AFB, for up to four additional buildings over a period of five years. The options would be negotiated prior to being exercised. The estimated construction cost of the additional buildings will be adjusted based on bid experience, scope refinements, site conditions, inflation and year of execution. All work must be done by or under the direct supervision of licensed professional Engineers or Architects. The North American Industrial Classification System (NAICS) Code applicable to this project are 541330, Engineering Services, and 541310, Architectural Services, which corresponds to SIC Codes 8711 and 8712, respectively. The contract is anticipated to be awarded on or about September 2001. This announcement is open to all businesses regardless of size. If a large business firm is selected for this announcement it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Fort Worth District are (1) at least 61.4% of the Contractor's total intended subcontract amount be placed with small business (SB), including small disadvantaged businesses (SDB), woman-owned small businesses (WOSB), American veteran-owned small businesses (VOSB), which includes Disabled American veteran-owned small businesses, Historically Black College/Universities or Minority Institutions (HBCU/MI), and HUBzone small businesses; (2) at least 9.1% of a contractor's intended subcontract amount be placed with SDB; (3) at least 5.0% of a contractor's intended subcontract amount be placed with WOSB; (4) at least 3.0% of a contractor's intended subcontract amount be placed with VOSB; (5) at least 2.0% of a contractor's intended subcontract amount be placed with HBCU/MI; and at least 1.0% of a contractor's intended subcontract amount be placed with HUBzone small businesses; and the remaining 41.3% of a contractor's intended subcontract amount be placed with SB for a total of 61.4%. The plan is not required as part of this submittal. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. The proposed services will be obtained by Negotiated Firm-Fixed Price Contract. 2. PROJECT INFORMATION: The project provides a Student Dormitory of approximately 200 rooms with an area of approximately 9,600 Square Meters and includes room-bath modules for residents, training manager areas, an elevator, laundries, storage and lounge areas, lobby, fire protection, site improvements, pavements, communications, possible contaminated soils analysis/disposal, all necessary utilities, and possibly some demolition of existing facilities with associated hazardous materials testing and abatement. The three-story dormitory is anticipated to have interior corridors and interior entryways and will consist of concrete foundation and floor slab on expansive soils, structural steel framing, masonry walls, masonry veneer, and a pitched standing seam metal roof. Force protection issues must be considered and incorporated in the siting and design of the facility. Project deliverables will include engineering studies, environmental surveys, CADD produced plans, specifications prepared utilizing Specsintact (government furnished software), construction cost estimates prepared utilizing M-CACES (government furnished software), design analysis and weekly status report; all in hard copy and as electronic files. Electronic files are required to be provided on compact disk. For more information about Specsintact, the electronic advertising process, etc, go to http://www.swf.usace.army.mil/links/e&c/ec-a/. 3. SELECTION CRITERIA: See CBD Note 24 (Monday issue) for general description of the A-E selection process. Selection criteria in descending order of importance are as follows (Criteria (a)-(d) are primary criteria; items (e)-(h) are secondary and are used as tie-breakers among technically equal firms): (a) Specialized Experience and Technical Competence (Ensure that all special experience requirements are reflected on appropriate personnel resumes at Block 7 of the SF 255.): (1) The selected team must demonstrate recent (within the past 5 years) and significant experience in the design of military dormitories/barracks, paying particular attention to area architecture and conditions, utility systems, landscaping, interior design, value engineering and environmental issues. It is suggested that Block 8 of the SF 255 be modified to include one relevant project per page to ensure that scope of relevant projects is clearly defined, that participation by the proposed design team is defined on past projects, etc. Do not exceed ten pages for Block 8. (2) Firms must have personnel with at least three years experience in Fire Protection and Life Safety Design that are familiar with the use and application of NFPA codes 80 and 101 and MIL-HDBK-1008C. (3) Demonstrate experience in design of foundations in areas with expansive soil conditions typically found in the San Antonio, Texas, area. (4) Demonstrate familiarity with DOD and U.S. Air Force, Force Protection Criteria. Also list any projects designed or under design that have incorporated these criteria. (5) Demonstrate experience in design and survey required for abatement of asbestos, lead-based paint and the handling/disposal of other toxic and regulated substances. To minimize destructive testing required for lead-based paint survey, the team shall utilize a suitable X-ray fluorescence device during on-site surveys for lead based paint. Survey team members must have demonstrated experience in use of this device. (6) Firm must demonstrate past designs, which comply with Uniform Federal Accessibility Standards (UFAS) and Americans with Disabilities Act (ADA) requirements. (7) Firm must demonstrate success in prescribing the use of recovered materials, achieving waste reduction, pollution prevention, energy efficiency and conservation in facility design. (8) Firms must demonstrate experience in evaluating contractor's submittals and performing construction surveillance. (9) Firms must demonstrate the ability to prepare specifications using Government furnished program, Specsintact. (10) Firms must demonstrate the ability to prepare construction cost estimates, using Government-furnished M-CACES. Design Team members responsible for construction cost estimating must demonstrate prior experience in use of M-CACES software. Address projects on which M-CACES has been utilized. (11) Firms must demonstrate the ability to submit drawings in AutoCAD utilizing current version. (12) Firms must demonstrate the ability to provide data files on CD-ROM discs. (13) Firms must demonstrate the ability to create CAL raster files of all CADD drawings. (14) Firms must demonstrate the ability to create PDF files of specifications and other documents. This includes scanning documents where direct file conversion to PDF is not possible. (15) Firms must demonstrate the ability to access the internet. This includes the ability to submit data by File Transfer Protocol (FTP) utilizing an FTP client. Firms must demonstrate the ability to access and send e-mail several times daily during the contract. (16) All narrative text, other than specifications, shall be completed using Microsoft Word and Excel on Windows 95/98/2000/Me/NT compatible equipment or the wordprocessing software utilized must be importable by MS Word (2000) and the spreadsheet utilized must be importable by MS Excel (2000) working in a Windows 95 or later environment. MS-Access capability or a database which can be imported into MS-Access (2000) is also required. (17) Firms must demonstrate the ability to complete metric designs. (b) Professional Capabilities: As a minimum, the Design Team (either in-house or through consultant) shall include the following: one Project Manger, two Registered Architects, one Landscape Architect, one Architectural Hardware Specialist, two Registered Electrical Engineers, two Registered Mechanical Engineers, two Registered Civil Engineers, two Registered Structural Engineers, one Fire Protection Specialist, one Life Safety Specialist, two environmental survey personnel, one environmental design personnel, a testing lab, one Value Engineer, two Cost Estimators, and one Registered Surveyor and other survey personnel. None of the required personnel can be dual disciplined, i.e. a separate employee must be provided for each stated requirement above to meet the number required. Ensure that resumes are provided for each of the required Architects, Engineers, and other personnel specifically required. If desired, modify the resume page of the SF 255 (Block 7) to provide one resume page per employee to provide adequate information relevant to past projects, specific expertise required, etc. Repeat Resume Page as needed to provide all required resumes. (c) Firms must demonstrate adequate team capacity to design this project concurrently with the other work the firm is accomplishing meeting all schedules. (d) Demonstrate past performance with respect to cost control, quality of work, and compliance with performance schedules. The following, items (e) through (h), are secondary criteria: (e) Geographical Location: Firm should show familiarity with San Antonio, Texas area and it's applicable architecture, building codes, environmental regulations, seismic requirements and regulatory agencies. (f) Volume of DOD contract awards. In Block No. 10 of the SF 255, firms must show their last 12 month's DOD awards stated in dollars. (g) Subcontracting: Firms must show the extent of participation of SB, SDB, HBCU/MI and WOSB in the proposed contract team, measured as a percentage of the estimated effort. (h) In Block No 10 of the SF 255, include a draft Design Quality Control (DQC) Plan. It should include a brief presentation of internal controls and procedures that you use to insure that a quality design is produced. 4. SUBMITTAL REQUIREMENT: (a) See Note No. 24 for general submission requirements. Interested firms, to be considered, must provide one submittal package including all requirements set forth herein no later than 4:00 p.m. on the 30th day after the date this announcement appears in the hard copy of the CBD or as set forth in this announcement, whichever is later. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline is 4:00 p.m. of the next business day. The 11/92 version of the forms or computer generated equivalents must be used. Submittals should be sent to US Army Corps of Engineers, ATTN: CESWF-EC-AM, Robert L. Gilbert, Room 4A17, 819 Taylor Street, Fort Worth, TX 76102-0300 (P.O. Box 17300). Mr. Gilbert can be reached at 817-978-3583; ext 1570. (b) Responding firms must submit a copy of a current (signed within the past 36 months) and accurate SF 254 for themselves and each proposed consultant even if an SF 254 is already on file. SF 254's shall be provided for the specific prime and subcontractor offices proposed to perform the work. Indicate in Block No. 4 of each SF 254 if the firm is a Large, Small, Small and Disadvantaged or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years, must not exceed $4 million. (c) Submit only one SF 255 for the design team, completed in accordance with the instructions. It must contain information in sufficient detail to identify the team (prime and consultants) proposed for the contract. (d) Include CBD announcement number in Block No. 2b of the SF 255. (e) In Block No. 4 of the SF 255, insert the number of personnel proposed for the contract by discipline (not necessarily total capacity), Consultants as (A) and in-house as (B). (f) In Block No. 6 of the SF 255, identify the discipline/service to be supplied by each consultant. Provide brief resumes in Block No. 7 of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated in paragraph 3b. (g) Personal visits to discuss this announcement will not be scheduled. (h) Solicitation packages are not provided for A-E contracts. In Block 10 of the SF 255, state and address each of the following numbered requirements including subparagraph numbers and headings as indicated below. Reference individual resumes to minimize duplication if desired. Block 10 should be limited to twenty pages. The A-E shall not include company literature with the SF 255. (1) Address key personnel (by name) experience in Fire Protection/Life Safety Design including NFPA 80/101 and MIL-HDBK-1008C. (2) Address Design Team experience with design of foundations in expansive soils. (3) Address Design Team capabilities and key personnel (clarity familiarity with criteria, as well as, prior or on-going design experience, if any) with DOD and U.S. Air Force, Force Protection Criteria. (4) Address Design Team experience with use of an XRF device. (5) Address key personnel (by name) experience with UFAS/ADA design. (6) Address Design Team success in prescribing the use of recovered materials, achieving waste reduction, pollution prevention, energy efficiency and conservation in facility design. (7) Address key personnel (by name) experience with evaluation of contractor submittals-construction surveillance. (8) Address Design Team capabilities (clarify planned capability, existing capability and prior experiences if any) with editing Specsintact files. (9) Address key personnel (by name) experience and training in use of M-CACES Estimating software. (10) Address Design Team capabilities (clarify planned capability, existing capability and prior experiences if any) with creating AutoCAD CAD files. Also detail experiences in conversion from the system you commonly use to the target system. (11) Address Design Team capabilities (clarify planned capability, existing capability and prior experiences if any) with creating CD's. (12) Address Design Team capabilities (clarify planned capability, existing capability and prior experiences if any) with creating cal files and viewing uncompiled cal files. (13) Address Design Team capabilities (clarify planned capability, existing capability and prior experiences if any) with creating PDF files to include scanning capability. (14) Address Design Team capabilities (clarify planned capability, existing capability and prior experiences if any) with internet access, e-mail, virus software and ftp client. (15) Address Design Team capabilities (clarify planned capability, existing capability and prior experiences if any) with MS Word/Excel/Access or alternate word-processing, data base and spreadsheet software. (16) Address the Team's experience with metric designs. (17) Clarify participation by proposed team personnel proposed by this SF 255. Project designs should have been initiated within the past 5 years. Provide relevant references if response not related to projects in Block 8. (18) Address the capacity of the Team in preparing design of this project simultaneously with the firm's other work, meeting all schedules. (19) Address Design Team past performance with respect to cost control, quality of work, and compliance with schedules. (20) Address the firms experience with projects in the San Antonio area. (21) Volume of DOD awards in the past 12 months relative to date of this announcement. Provide an itemized summary including Agency, Contract Number, Project Title, and Award amount. (22) Address subcontracting issues and extent of participation of SB, SDB, etc. (23) Provide Design Quality Control Plan as specified elsewhere. (24) Provide other relevant information. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a government contract award. To register, the CCR Internet address is: https://www.ccr.dlsc.dla.mil/ccr/scripts/ccradd.asp. This is not a request for proposal (see Note No. 24).
- Web Link
- Corps of Engineers, Fort Worth District, Contracting (http://ebs.swf.usace.army.mil)
- Record
- Loren Data Corp. 20010723/CSOL001.HTM (W-200 SN50S461)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on July 19, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|