Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 14,1995 PSA#1283

US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT 26 Federal Plaza, New York, New York, 10278-0090, Attn: CENAN-CT

C -- IMPROVE FAMILY HOUSING PHASE 11 & 111 AT FT. DIX/MCGUIRE AFB WRIGHTSTOWN, NJ SOL CBAEEN-5040-0014 POC W. Cunningham 212-264-9123. Location: Ft. Dix/Mcguire AFB, NJ. Scope of Services Required: The completion and development of field investigations, surveys, detailed construction cost estimates, design analyses, plans and specifications, and construction services. The scope of work for the proposed projects involves the preparation of plans, specifications and cost estimates for the planned improvement of 142 Family Housing Units for FY94 PTFL# 954000X and 58 Housing Units for PTFL XX4000X at Ft Dix/McGuire AFB in Wrightstown, New Jersey. The projects are a continuation of the Air Force Mobility Commands Consolidated Family Housing and Renovation Plan and is also to support the realignment of Air Force Personnel from Barksdale AFB in Louisiana. Principal features of the work include, but are not limited to formulating project documents for rehabilitation of interior units for new air conditioning systems, electrical rewiring/fixture upgrades, upgrading mechanical systems, plumbing upgrades and new finishes. Exterior upgrades will consist of additions to the existing units, building new garages/enclosing existing carports, re-roofing along with developing patio/privacy fencing and recreation/landscape areas. The existing units include 86 two-bedroom four-plex units, 86 three-bedroom four-plex units, ten three bed-room duplex units and 18 four-bedroom duplex units. The Scope of Work will include investigations of the units planned for rehabilitation to determine the content of asbestos and lead in the original building materials with results being used for formulating site specific abatement procedures for incorporation into the plans and specifications for selective demolition. Estimated Construction Cost Range: $15,000,000 to 20,000,000 each project. Technical capability required but not limited to: Architectural, Structural, Civil, Electrical, Mechanical, Cost Estimating, Landscape Architect, Environmental, a certified Asbestos Inspector. Responding firms should indicate their ability to produce all required work in digitized drawings on Autocad, their capability to access an electronic bulletin board and Automated Review Management System (ARMS) via modem, and the capability to work with M-CACES (Corps of Engineers Cost Estimating Software). Special qualifications: The selected firm should have specialized experience in the design and rehabilitation of military family housing units and support facilities which are similiar to the existing unit housing designs at Ft Dix/McGuire AFB in Wrightstown, NJ or experience in rehabilitations/renovations of a similar nature. Demonstrated experience in Asbestos and Lead abatement along with knowledge of selective demolition will be considered. Familiarity with DOD requirements, State of New Jersey and local regulations are preferred. The firm should have maximum in house capability since these will be a fast track projects. Firms not having full in house capability must demonstrate how they will manage counsultants through a management plan to insure quality control and ability to coordinate all design disciplines. The selected firm should be familiar with U.S. Army Corps of Engineers and U.S. Air Force design guidance and current environmental laws and regulations. Evaluation factors (in descending order of importance): 1) Professional qualifications necessary for satisfactory performance of required services; 2) Specialized experience of the firm in the type of work required; 3) Capacity of the firm to accomplish the work in the required time, reflecting qualifications of key personnel; 4) Past performance if any, on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; 5) Geographic location and knowledge of the locality of the project, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and the size of the project; and 6) The volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitqble distribution among qualified A/E firms, including small and small disadvantaged business firms, and firms that have not had prior Department of Defense contracts. Estimated Design Start date: April 1995. Estimated Design Completion date: July 1995. Small and disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors are reminded that the sucessful contractor will be expected to place subcontractors to the maximum practicable extent with small and disadvantaged firms in accordance with Public Law 95-507. If a large business firm is selected, a subcontracting plan is required. A/E firms which meet requirements described in this announcement and desiring to be considered for selection are invited to submit a SF 255, A/E and related services questionaire for specific projects to US Army Corps of Engineers, 26 Federal Plaza, NY, NY 10278-0090, ATTN: Ms. W. Cunningham (Rm 2143). Ms Cunningham can also be reached at (212) 264-9123. Interested A/E firms having the capabilities to perform this work must submit their SF 255 (and a SF 254 for the prime and all consultants) to the above address no later than the close of business on the 30th day after date of this announcement. If the 30th day is a Saturday, Sunday, or a Federal holiday, the deadline is the close of business of the next business day. Solicitation packages are not provided for A/E contracts. This is not a request for proposal. Firms not having a current SF 254 already on the file with this office, and responding to this announcement should submit a copy of the SF 254 along with the SF 255. Personal visits for the purpose of discussing the project are discouraged. Firms will indicate on block 10, page 11 of their SF 255's the total number of Department of Defense A/E Awards (basic and delivery orders) and the total value of those awards within the last 12 months prior to the date of this announcement. Firms that do not comply with this requirement will be considered non-responsive. Firms should indicate whether their firm is listed in the ACASS System in Oregon; if yes, please indicate your ACASS Number in item 1 of SF 255. If not submit two (2) copies of SF 254 on initial response to our CBD. (0041)

Loren Data Corp. http://www.ld.com (SYN# 0012 19950213\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page