Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 31, 2001 PSA #2904
SOLICITATIONS

C -- DESIGN OF UPGRADE ACADEMIC FACILITY, PHASE IV, USAF ACADEMY, CO

Notice Date
July 27, 2001
Contracting Office
U.S. Army Corps of Engineers, Omaha District, 106 South 15th Street, Omaha, NE 68102-1618
ZIP Code
68102-1618
Solicitation Number
DACA45-01-R-0022
Response Due
August 24, 2001
Point of Contact
Loreen Blume,Contract Specialist (402) 221-4265 or email Loreen.K.Blume@nwo02.usace.army.mil
E-Mail Address
Loreen K. Blume, Contract Specialist (402) 221-4265 (Loreen.K.Blume@mwo02.usace.army.mil)
Description
DESIGN OF UPGRADE ACADEMIC FACILITY, PHASE IV, USAF ACADEMY, CO SOL DACA45-01-R-0022 For contractual/procedural questions contact: Loreen Blume at (402) 221-4265; for technical questions contact: Jay D. Hodges (402) 221-3986. CONTRACT INFORMATION: Types of services required will include site investigations, concept design, final design (option), construction phase services (option). A Firm Fixed Price Contract will be negotiated for these services. Estimated completion date is November 2002 with anticipated start date of October 2001. The A-E selected for this project must submit for approval a project-specific design quality control plan as a condition of contract award. This plan is not required with submittal of 254 and 255's. If a large business is selected for this project, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work that it intends to contract. A Small Business Subcontracting Plan is not required with this submittal. The subcontracting goals for this contract are that a minimum of 61.2% of the contractor's intended subcontract amount be placed with small businesses (SB), 9.1% be placed with small disadvantaged businesses (SDB) and 4.5% be placed with women-owned small businesses (WOSB). PROJECT INFORMATION: Project consists of renovation of a 19,336 SM multiple tenant academic facility at the U.S Air Force Academy based on a draft Requirements Document Report. Renovations include relocation and renovation of interior partitions; modification of HVAC, plumbing fixtures and piping; Direct Digital Controls (DDC), building feeders and panelboards, power and lighting, communications cabling, fire protection and fire alarm systems. The only exterior work involves the demolition of Building 2413 (Management Building), to include disconnection and capping of utilities. Work will also include investigation and design of asbestos and lead paint removal, and Comprehensive Interior Design (CID) which will include furniture selection and preparation of procurement documents as well as finish selection. Construction of the project will be phased and will require the use of temporary facilities for the tenant organizations. The A-E will be required to provide site selection analysis and utility support design services for temporary trailer facilities for a portion of the tenants. All work will be done in accordance with USAFA Architect-Engineer Standards. Construction cost estimates will be prepared using the Means Cost Estimating System. Drawings will be prepared in a format fully compatible with AutoCAD version 2000 or later. Delivery of electronic CADD and CALS files, as well as vellums and prints, will be required. Specifications will be prepared in Specsintact. The estimated construction cost is between $18,000,000 and $22,000,000. SELECTION CRITERIA: Criteria for selection, in order of importance, are: (a) Recent specialized experience and technical competence of the firm (including consultants) in: (1) Design of renovation projects similar to that described above in PROJECT INFORMATION. (2) Use of and compatibility with CADD, specifications and cost estimating systems as described above. (3) Energy efficiency, use of recovered materials, waste reduction and pollution prevention in facility design. (b) Quality control procedures and team organization, including consultants as described in the Design Management Plan (see SUBMITTAL REQUIREMENTS). The selected A-E firm must be able to provide designs that meet guidance, criteria and quality standards without detailed review. The firm must also present a logical team organization that provides an effective method of coordination and communication between the individual team members as well as consultants. (c) Professional qualifications and specialized experience in providing services similar to those listed above of the proposed team members (including consultants) in the following disciplines: Architecture; asbestos/lead paint remediation; Interior Design; Civil, Structural, Mechanical (HVAC and plumbing), Electrical (power, lighting and communications) and environmental engineering. (d) Capacity to perform the work in the required time. (e) Past performance on previous contracts with respect to cost control, quality of work, and compliance with performance schedules. (f) Knowledge of the locality of the project. (g) Location in the general geographic area of the project. (h) Extent of participation of SB, SDB, and, if appropriate, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. (i) Volume of DOD contract awards in the last 12 months with the object of effecting an equitable distribution of DOD A-E contracts among qualified A-E firms. SUBMITTAL REQUIREMENTS: Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Firms desiring consideration must submit two copies of a combined SF 255 and separate SFs 254 for prime and each consultant. To be considered, submittals must be addressed as follows: U.S. Army Corps of Engineers, Omaha District, CENWO-CT-M, ATTN: Loreen Blume, 106 South 15th Street, Omaha, NE 68102-1618. Submittals must be received no later than 4:00 PM CDT on 24 Aug 2001 In block 10 of the SF 255, provide the following: (a) Design Management Plan (DMP). The plan should be brief and include an explanation of the firm's management approach, management of subcontractors (if applicable), specific quality control procedures used and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). In block 3 of SF 255 provide the submitting firm's number (six or seven digits) assigned by the Northwestern Division, U.S. Army Corps of Engineers, for the Architect-Engineer Contract Administration Support System (ACASS). If firm has no ACASS number, so state. In block 6 of SF 255 provide the ACASS firm number for any consultants. If firm has no number, so state. To receive information on how to obtain an ACASS number, call (503) 808-4591. Personal visits for this solicitation to the Omaha District offices or the Air Force Academy will not be scheduled.
Web Link
Omaha District Advertised Solicitations (http://ebs.nwo.usace.army.mil/ebs/contract.htm)
Record
Loren Data Corp. 20010731/CSOL002.HTM (W-208 SN50T1T6)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on July 27, 2001 by Loren Data Corp. -- info@ld.com