|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1995 PSA#1496U.S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia
31402-0889 C -- DESIGN OF USARC, PN 0249, FY-97, FT. BRAGG, NC SOL DACA21 POC
Steve Turner at 912/652-5402. 1. CONTRACT INFORMATION: A-E services are
required for final and corrected final design, shop drawing review and
construction phase services. This will be a firm fixed price contract.
This announcement is open to all firms regardless of size. The contract
is anticipated to be awarded in February 1996 and completed in December
1996. The estimated construction cost range is $10,000,000 to
$15,000,000. 2. PROJECT INFORMATION: A-E services are required for the
final and corrected final design drawings and specification for the
construction of Additions and Alterations to an existing United States
Army Reserve Center located at Fort Bragg, North Carolina. The work
will include renovations to the existing facility of approximately
26,000 square feet and a new building addition of approximately 50,000
square feet. The design will include demolition of the existing
Organizational maintenance Shop(OMS), design for a new OMS and a
parachute drying, packing and storage building. The buildings will be
permanent construction with reinforced concreted foundations and floor
slabs, masonry veneer exterior walls, insulated metal deck with
single-ply roofing membrane and mechanical and electrical systems. The
parachute packing facility requires a 30 ton capacity crane. Asbestos
abatement and lead based removal and disposal may be required. The
project includes parking for private vehicles, security lighting,
telecommunications, security, landscaping and associated utilities.
This facility will be handicapped accessible. The estimated
construction cost range is $10,000,000 to $15,000,000. 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-e are
primary. Criteria f-g are secondary and will only be used as
''tie-breakers'' among technically equal firms. a. Specialized
experience in: 1). Design of major building renovation projects, 2).
Design of equipment maintenance facilities, 3). Design of Parachute
drying, packing and storage facilities with large capacity cranes, 4).
Design of asbestos and lead based paint abatement, 5). the estimates
for this proect shall be prepared using the latest Version of MCACES
Gold Software. The software and User's Manual will be provided by the
Savannah District free of charge to the successful A-E. and, 6). the
drawings will be prepared using graphics created via Microstation 32 or
Micro/Station PC (4.0) and/or AutoCADD Version 11. All drawings
delivered to the District that have been created using AutoCADD Version
11 must be translated to .dgn files. The Contractor shall posses the
software to enable the full translation of drawing files from .dwg to
.dgn and vice versa. Before final selection the preselected A-E's may
be required to demonstrate the above compatibility by reproducing a
Government supplied standard drawing and translating it to the
Intergraph format stated above. The method of translation must be
thoroughly described and documented in Block 10 of the SF 255 if the
A-E does not have an Intergraph CADD System. **** b. Past performance
on DoD and other contracts with respect to cost control, quality of
work, and compliance with performance schedules.**** c. Capacity to
accomplish the work in the stated contract period and to dedicate at
least two (2) architects and one (1) certified industrial hygienist,
civil, structural, electrical and mechanical engineers. The design team
must include a Registered Engineer or Registered Architect who is full
''member'' in good standing of the Society of Fire Protection
Engineers (SFPE) or an individual who is a Fire Protection Engineer.
**** d. Professional qualifications of key management and professional
staff members. **** e. Knowledge of the locality as it pertains to
design and construction methods used for large multiple building
projects with erosion control design requirements in the geographic
area of this project. SECONDARY CRITERIA: **** f. Extent participation
of SB, SDB, historically black colleges and university and minority
institutions in the proposed contract team, measured by percentage of
the estimated effort. **** g. Volume of DoD contract awards in the last
12 months as described in Note 24. **** 4. SUBMITTAL REQUIREMENTS: See
Note 24 for general submission requirements. Interested firms having
the capabilities to perform this work must submit one (1) copy of SF
255 (11/92 edition) for PRIME and ONE (1) copy of SF 254 (11/92
edition) for prime and ALL CONSULTANTS, to the above address by 24 Jan
1996 to be considered for this selection **** INCLUDE the firm's ACASS
number on the SF 255, Block 3b. For ACASS information, call
503/326-3459. **** DEPTH of PRIME and SUBCONTRACTOR personnel in EACH
discipline must be SHOWN in Block 4 of SF 255 and SF 254 to CLEARLY
identify the NUMBER of PERSONNEL in each firm and DISCIPLINE. ****
COVER letters and extraneous materials are NOT desired and WILL NOT be
considered. The A-E firm selected will be required to submit a Design
Quality Assurance Plan concurrently with their fee proposal.
Information on what is to be contained in this plna will be furnished
upon notificaion of selection. Firms responding to this announcement
are requested not to transmit this plan with their SF 255. PHONE calls
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.**** (0354) Loren Data Corp. http://www.ld.com (SYN# 0016 19951221\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|