Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2002 FBO #0252
SOURCES SOUGHT

C -- Digital Multipurpose Range - Fort Benning, Georgia

Notice Date
8/9/2002
 
Notice Type
Sources Sought
 
Contracting Office
US Army Corps of Engineers, Savannah - Military Works, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
DACA21-02-R-0045
 
Response Due
9/13/2002
 
Point of Contact
Elaine Radcliffe, (912) 652-5416
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah - Military Works
(elaine.p.radcliffe@sas02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 1. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers requires the services of an Architect-Engineer firm to prepare plans, specifications, design analysis, and cost estimates for the subject project. The A-E will be required to prov ide concept design, final design, construction phase services. It is anticipated that this will be a firm fixed price contract for preparation for Invitation for Bid (IFB) documents. The contract is anticipated to be awarded in October 2002 and design com pleted in March 2003. This announcement is open to all firms regardless of size. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business goals on the SF 255, Block 6, by identifying subcontract ing opportunities with small business. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52-219.9 and DFARS 219.704/705. The following subcontracting goals are the minimum accepta ble goals to be included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 62% TO SMALL BUSINESS; 10% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 5% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 2.5% HUBZONE SMALL BUSIN ESS (A COMPOSITE OF SMALL BUSINESS); 3.0% TO SERVICE-DISABLED VETERAN-OWNED TO SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS). Written justification must be provided if the minimum small business goals cannot be met. The smal l business subcontracting plan will be evaluated in accordance with AFAR 19.7, Appendix CC. For additional information, please contact Gwen Parker at (912) 652-5340. 2. PROJECT INFORMATION: Standard design three-lane Digital Multi-Purpose Range Complex (M PRC) with moving infantry targets, stationary infantry targets, evasive capable armor moving targets (ATMC) and stationary armor targets. Primary facilities include operations control building/tower, central after action review building, central maintenan ce building, latrines, general instruction building, helipad, improved Heavy Equipment Transport Truck (HETT) site, and tactical vehicle staging. Supporting facilities include utilities, electric service, storm drainage, tank trails, water crossing sites, secondary power and data distribution system, roads, berms, downrange cable, transformers, water well and water storage tank, parking, information systems, and site improvements. Heating and air conditioning (30 tons) will be provided by a self-contained system in each building/tower. The estimated construction cost of this project is between $25,000,000 and $100,000,000. Cost estimates must be prepared using MCACES software. All design files must originate and be delivered in the (*.dgn) format. Excepti ons may be granted if the use of scanned files is required. In this case, the scanned files must be converted to the (*.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. 3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance (first by m ajor criterion and then by each subcriterion). Criteria a-e are primary. Criteria f-h are secondary and will only be used as tie-breakers among technically equal firms. a. Specialized experience and technical competence in (1) Design of multipurpose range complexes, (2) Originating design files in (*dgn.) format, (3) Cost engineering using MCACES software, (4) Prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design (sustainable design), and (5) Const ruction cost estimating and preparation of estimates using MCACES software. b. Past performance on DoD and other contracts with respect to quality of work, comp liance with performance schedules and cost control. Indication of favorable performance ratings, awards, and repeat clientele in Block 10 of SF255 is recommended. c. Qualified professional personnel in the following key disciplines: project management (arc hitect or engineer), architecture, fire protection engineer (must be either an engineer having a BS or MS degree in FP engineering from an accredited university engineering program, plus a minimum of 5 years work experience in FP engineering; or, a registe red PE who has passed the NCEE FP engineering written exam; or, a registered PE in a related discipline with a minimum of 5 years experience dedicated FP engineering), mechanical engineering, electrical engineering, structural engineering, civil engineerin g, cost engineering, and interior design. Block 7 should contain resumes with an indication of professional registration of all required disciplines. The evaluation will consider education, certifications, training, registration, overall and relevant exper ience, and longevity with the firm. d. Capacity to submit the concept design (35% complete) by November 2002 and complete the final design by Apr 2003. The evaluation will consider the experience of the firm and any consultants in similar projects, and the availability of an adequate number of personnel in key disciplines. Please disregard the **to be utilized** statement in Block 4 of the SF255 and show the total strength of each discipline, however, in Column 4. (B), IN-HOUSE PERSONNEL, only indicate the number of personnel located in the specific office submitting the SF255. All others, including personnel from branch offices in other locations, are to be indicated as consultants in Column 4 (A). e. Knowledge of locality as it pertains to design and const ruction methods of military projects in the Ft. Benning, GA area. f. Degree of participation of SB, SDB, WOB, HBCU, or MI as prime contractor, subcontractor or joint venture partner. g. Proximity of the firm to Ft. Benning, GA. h. Volume of DoD contract aw ards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Firms desiring consideration shall submit ONE (1) copy of SF255 (11/92 VERSION ONLY, WILL BE ACCEPTED) for prime and ONE (1) co py of SF254 (11/92 VERSION ONLY, WILL BE ACCEPTED) for prime and each consultant (extra copies will not be kept) to the following address: U.S. Army Engineer District, Savannah, ATTN: CESAS-EN-ES (Natasha Givens), 100 West Oglethorpe, Savannah, GA 31402-08 89 not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. FIRMS MUST INCLUDE PRIMES'S ACASS NUMBE R in block 3b of SF255. For ACASS information, call (503) 8084591. FACSIMILE SUBMITTALS WILL NOT BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Firms selected will be required to submit a design Quality Assura nce Plan concurrently with their fee proposal. Information on what is to be contained in this plan will be furnished upon notification of selection. Finns responding to this announcement are requested not to transmit this plan with their SF255. ****PHONE C ALLS 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
 
Record
SN00137450-W 20020811/020809213640 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.