|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 5,1995 PSA#1446US Army, Sacramento District, Corps of Engineers, 1325 J Street,
Sacramento, California 95814-2922 C -- POTENTIAL FIXED PRICE CONTRACT FOR DESIGN/ADAL OF LIGHT
INDUSTRIAL PROJECTS/VEHICLE MAINTENANCE SHOPS IN SUPPORT OF THE
SACRAMENTO DISTRICT PROGRAM SOL DACA05-96-R-0004 DUE 103195 POC
Contact: Mr. Richard Dabrowiak, Chief, A-E Negotiations Section (916)
557-7470/Contracting Officer: Judith E. Grant 1. CONTRACT INFORMATION:
Work and services may consist of the design for various types of light
industrial facility/maintenance type facilities including such projects
as warehouse facilities, maintenance shops and simple processing
facilities in support of the Sacramento District's assigned military
design program in various fiscal years. The projects will generally be
in the states of CA, AZ, NV, and UT. This will be the only
announcement for the design of light industrial/maintenance facilities
for the Sacramento District during the next 12 months, unless a
project is identified during that time frame which has significantly
different features from what is described below. A-E contracts will be
awarded for a 12 month period after selection approval. A separate
firm-fixed-price contract will be negotiated and awarded for each
project. A list of at least three firms will be selected. When a design
authorization for the first project of this type is received,
negotiations will begin with the top ranked firm. When an authorization
is received for a subsequent project, or if negotiations with a firm
for a project are unsuccessful, negotiations will begin with the next
ranked firm that has not been offered a project for negotiation. If the
list of ranked firms is exhausted, the negotiation cycle will begin
again with the top ranked firm. None of the projects have been
authorized for design and funds are not presently available for any
contracts. This announcement is open to all businesses regardless of
size. All interested Architect-Engineers are reminded that in
accordance with the provisions of PL 95-507, they will be expected to
place subcontracts to the maximum practicable extent consistent with
the efficient performance of the contract with small and small
disadvantaged firms. If a large business is selected for this project,
it must comply with the FAR 52.219-9 clause regarding the requirement
for a subcontracting plan on that part of the work it intnds to
subcontract. The recommended goal for the work intended to be
subcontracted is 52.2% for small business. It further states that out
of that 52.2%, 8.8% is for small disadvantaged business and 3.0% is for
small business/woman owned. A firm that submits a plan with lesser
goals must submit written rationale to support goals submitted. The
detailed plan is not required to be submitted with SF 255. The plans to
do so should be specified within the appropriate portion of the SF 255
submitted. This work will include all architectural/engineering and
related services necessary to complete the design, and related services
during construction for these projects. 2. PROJECT INFORMATION: These
contracts may include the design of hangar bays and shops, maintenance
areas, office and personnel support areas, parts and/or equipment
storage, interior security features and computer rooms. The facilities
may also include fire sprinkler systems, site improvements, utility
connections, electrical, heat, air conditioning, communication, fencing
and paving. If demolition of existing facilities is required, it may
necessitate an asbestos study with documents developed for its removal.
A charrette process for data gathering may be utilized. These projects
may be designed using the metric system of measurement. Firms should
indicate relevant metric design experience in block 8. The estimated
construction costs per project range from $1,000,000 to $10,000,000. 3.
SELECTION CRITERIA: See Note 24 for general selection process. The
selection criteria are listed below in descending order of importance
(first by major criterion and then by each sub-criterion). Criteria a-d
are primary. Criteria e-g are seconday and will only be used as
''tie-breakers'' among technically equal firms. a. Specialized recent
experience in the required work and technical competence in: (1) Design
of new and alteration of light industrial and maintenance type
projects. (2) Responding firms must indicate computer capability for
CADD services and for accessing an electronic bulletin board and
Sacramento District's Automated Review Management System (ARMS). The
end result of this design shall be drawings, and in addition, the
contractor shall provide electronic data in and/or compatible with
vectorized Autocad format (latest version). (3) The Corps of Engineers
Computer Aided Cost Estimating System (M-CACES) may b used to develop
design cost estimates. b. Qualified professional personnel in the
following key disciplines: project management; architecture,
electrical, mechanical, civil, structural and geotechnical engineering;
communication engineering; cost estimating; and certified industrial
hygienist. c. Past performance on DoD and other contracts with respect
to cost control, quality of work, and compliance with performance
schedules. d. Capability of the firm to accomplish work in the required
time frame including professional qualifications of firm's staff and
consultants to be assigned to the projects which are necessary for
satisfactory performance in the required services. (1) The breadth and
size of a firm will be considered to match the complexity/simplicity
of the proposed project. e. Volume of DoD contract awards in the last
12 months. f. Geographic proximity to the Sacramento District
boundaries. g. Participation of small businesses, small disadvantaged
businesses, historically black colleges and universities and minority
institutions measured as a percentage of the estimated effort. 4.
SUBMITTAL REQUIREMENTS: Architect-Engineer firms having capabilities to
perform this work are invited to submit one completed Standard Form
255, US Government Architect-Engineer and Related Services
Questionnaire for Specific Project, and one completed SF 254 for
themselves and all their subcontractors to the office shown above. In
Block 7 of the SF 255, provide resumes for all key team members,
whether with the prime firm or subcontractor. In Block 9 of the SF 255,
responding firms must indicate the number and amount of DoD (Army,
Navy, Air Force) contracts awarded in the 12 months prior to this
notice, including change orders and supplemental agreements. In Block
10 of the SF 255, describe the firm's quality control plan including
coordination of subcontractors. Responses received by the close of
business on the closing date will be considered for selection. If the
closing date is a Saturday, Sunday or Federal holiday, the deadline is
the close of the next business day. No other notification to firms
under consideration for this project will be made and no further action
is required. All responsible sources may submit the required SF 254 and
255 which shall be considered by the agency. Solicitation packages are
not provided for A-E contracts. This is not a request for proposal.
Nmbered Note 24. (0276) Loren Data Corp. http://www.ld.com (SYN# 0024 19951004\C-0014.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|