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