|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 6,1995 PSA#1296USAED, Kansas City, 757 Federal Building, 601 East 12th Street, Kansas
City, MO 64106-2896 C -- A-E SERVICES FOR A NEGOTIATED FIRM FIXED-PRICE, 100% SMALL
DISADVANTAGED BUSINESS (SDB) SET ASIDE CONTRACT MAY BE AWARDED AT FORT
LEONARD WOOD, MISSOURI (EPDI**5060-0054) POC Contract Specialist
Phyllis R. Jackson (816) 426-5542 (Site Code DACW41) 1. CONTRACT
INFORMATION: The estimated construction cost is expected to be between
$5 and $10 million. The estimated design start is anticipated to
commence in August 1995 on an accelerated design schedule and
completion is expected within a 9-month period. The contract will be
100% small disadvantaged business/set aside. No subcontracting plan is
required. The selected firm must do at least 50% of the cost of the
contract. Small disadvantaged business must meet the definitions of
SDBs pursuant to DFAR 252.219-7000. 2. PROJECT INFORMATION: Projects
may include the preparation of designs to construct new and modify
existing facilities at multiple firing ranges and training area sites
at Fort Leonard Wood, Missouri. Contracts may include design work
involving site investigations, topographic surveys, subsurface soil
investigations, preparation of computer aided drawings, technical
specifications, design analysis, environmental analysis, energy
life-cycle analysis, asbestos and lead abatement services related to
building renovation and lead contaminated soil, and computer aided cost
estimating. Also, the contract may include options for engineering and
design, checking shop drawings, and preparation of as-builts during
construction. Examples of potential projects include: modifications to
existing firing ranges and training sites, including construction of
observation towers, fox holes, roadways, berms, administrative and
classroom facilities, security lighting, utilities, ammunition
distribution sheds, general storage areas, covered bleachers, latrines,
security fencing, building facades, fog oil storage areas, oil/water
separators, spill collection systems, fire breaks, signage, range
equipment target systems, fording pit, and erosion control/sediment
control measures. 3. SELECTION will be based on the following criteria
listed in descending order of preference. Items a thru d are the
primary selection criteria. The criteria in e and f only will be
applied in a tie-breaker situation. a. Professional capabilities. (1)
Responding firms shall demonstrate capability in these disciplines (at
least one separate individual responsible for each discipline):
architectural, civil, geotechnical, land surveyors, soils engineer,
certified industrial hygienist, interior design, mechanical,
electrical, structural, and fire protection. (2) Professional
registration of lead designers and project manager. b. Specialized
experience and technical competence. Specific specialized experience
includes experience similar to that stated above in project information
and the following: (1) Design quality management procedures. Your
Design Quality Control Plan should include a presentation of internal
controls, review and specific quality control processes that will be
used to insure a quality design is produced. (Cite in Block 10 of SF
255.) (2) Experience in preparing drawings compatible with Intergraph
Microstation version 5.0. (Cite in Block 10 of SF 255.) (3) Experience
in construction cost estimating using MCACES Gold or Composer Plus
should be indicated. (Cite in Block 10 of SF 255.) c. Capacity to
initiate and complete the work within the time parameters of the
project. d. Past Performance on DoD and other contracts with respect to
cost control, quality of work, and compliance with performance
schedules. e. Location of firm in general geographical area of the
project. f. Volume of DoD contracts awarded in the last 12 months to
the prime A-E firm. (Cite in Block 10 of SF 255.) 4. SUBMITTAL
REQUIREMENTS. Interested firms having the capabilities to perform this
work must submit an SF 255 to the address listed below no later than
close of business (4:00 PM Kansas City time) on due date April 6, 1995.
Each firm/consultant listed within the SF 255 must have a current SF
254 (submitted within the last 12 months) on file with the Corps of
Engineers, or one must be submitted with this package. Only the
November 1992 edition of the SF 254/255 will be accepted. Solicitation
packages are not provided. This is not a request for proposal. Submit
responses to: U.S. Army Engineer District, Kansas City, Attn:
CEMRK-CT-M/Hadley, 757 Federal Building, 601 East 12th Street, Kansas
City, Missouri 64106-2896. 5. QUESTIONS. Question of a technical nature
should be addressed to Robert E. Smith at 816 426-5078 and those of an
administrative nature to Gary Hadley, 816(0061) Loren Data Corp. http://www.ld.com (SYN# 0033 19950303\C-0012.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|