|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 29,1996 PSA#1562USAED, SACRAMENTO, CONTRACTING DIVISION, 1325 J STREET, SACRAMENTO CA
95814-2922 C -- DESIGN OF WESTERN RANGE OPERATIONS CONTROL CENTER, VANDENBERG
AFB, CA SOL DACA05-96-R-0016 DUE 043096 POC Mr. Ken Parkinson, Chief,
A-E Negotiations Section (916)557-7477 Contracting Officer: Ronald J.
Miller (Site Code DACA05) 1. CONTRACT INFORMATION: A-E services are
required for existing site and building systems investigation,
surveying, planning and project definition studies for the subject
project. The contract awarded from this announcement will be for the
study only. Follow on design will be advertised separately. The design
will be prepared in the metric system of measurement. All design
effort will include preparation of cost estimates on IBM-compatible
personal computers using Corps of Engineers' Computer Aided Cost
Estimating System (M-CACES) (software provided by Government) or
similar software. 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). This work
will include all architectural-engineering (A-E) and related services
necessary to complete the project definition study. A firm-fixed-price
contract will be negotiated. The contract is anticipated to be awarded
in June 1996. This contract 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 subcontractors 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 contract,
it must comply with FAR 52.219-9 regarding the requirement for a
subcontracting plan on that part of the work it plans to subcontract.
The recommended goal for the work intended to be subcontracted is
52.5%, 8.8% is for small disadvantged business and 3.0% is for small
business/woman owned. The firm selected for this contract will be
required to submit a detailed subcontracting plan at a later date. If
the selected firm submits a plan with lesser goals, it must submit
written rationale of why the above goals were not met. A detailed plan
is not required to be submitted with the SF 255; however, the plans to
do so should be specified in Block 10 of the SF 255. 2. PROJECT
INFORMATION: This project consists of a 10,900 sq m (117,000 sq ft)
multi-story Operations Control Center at Vandenberg AFB, CA. The
project will be configured as a consolidated nerve center for DoD and
commercial spacelift test evaluation and space surveillance. The
project definition studies will incorporate systems that will
accommodate the use of state-of-the-art Government communications
equipment that will allow control, monitoring, coordination, and
management of Range instrumentations, command and control, data
processing and display features. The design will include computer
areas, vaults, special communication system (TEMPEST), security
intrusion control, uninterrupted power source (UPS), HVAC, fire
detection and suppression, utilities, parking, and all other building
and site support systems as required for a missile launch operations
control center. Work may also include asbestos and lead based paint
abatement. The estimated construction cost of this project is greater
than 10 million dollars. 3. SELECTION CRITERIA: See Note 24 for general
selection process. The firm and staff must be able to obtain or have a
secret security clearance and so indicate on the SF 255 or transmittal
letter. The selection criteria are listed below in descending order of
importance (first by major criterion and then by each sub-criterion).
Criteria ''a'' through ''e'' are primary. Criteria ''f'' through ''g''
are secondary and will only be used as tie-breakers between technically
equal firms. a. Specialized experience and technical competence of the
firm and consultants in: (1) Design of launch operations and control
center and to be familiar with state of the art Range equipment. (2)
Familiarity with the charrette process for data gathering and
development of conceptual studies. (3) Design in a high seismic area
such as the Santa Barbara County in Southern California. (4) Use of
automated design systems described above (M-CACES and CADD). (5)
Experience producing quality designs based on an evaluation of a firm's
Design Quality Management Plan (DQMP). The DQMP should include an
organization chart and briefly address management approach, team
organization, quality control procedures, cost control, value
engineering, coordination of inhouse disciplines and subcontractors,
and prior experience of the prime firm and any significant consultants
on similar projects. b. Past performance on DoD and other contracts
with respect to quality of work, cost control, and compliance with
performance schedules. c. Qualified professional personnel in the
following key disciplines: project management; registered professionals
in the following disciplines (architecture, soils, mechanical,
electrical, fire protection, structural, civil, geotechnical and
communication engineering; cost estimating; certified industrial
hygienist; interior design; and instrumentation and computer equipment.
The evaluation will consider education, training, registration, overall
and relevant experience, and longevity with the firm. d. Knowledge of
the locality of the project site including geological features,
climatic conditions, and local laws and regulations. e. Capacity to
complete the project definition studies by September 1996, assuming
contract award in June 1996. The evaluation will consider the
experience of the firm and any consultants in similar size projects,
and the availability of an adequate number of personnel in key
disciplines. f. Volume of DoD contract awards in the last 12 months as
described below. g. Extent of participation of small businesses, small
disadvantaged businesses, historically black colleges and universities,
and minority institutions in the proposed contract team, measured as a
percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS:
See Note 24 for general submission requirements. Interested Architect-
Engineer firms having capabilities to perform this work are invited to
submit one completed SF 255 (11/92 edition) US Government Architect-
Engineer and Related Services Questionnaire for Specific Project for
themselves and one completed SF 254 (11/92 edition) for themselves and
one for each of their subcontractors to the office shown above. In
block 4 of the SF 255, list only the personnel for the office indicated
to perform the work in block 3b. In block 7 of the SF 255: provide
resumes for all key team members, whether with the prime firm or a
subcontractor; list specific project experience for key team members;
and indicate the team members role on each listed project (project
manager, architect, design engineer, etc). In block 9 of the SF 255,
responding firms must indicate the number and amount of fees awarded on
DoD (Army, Navy and Air Force) contracts during the 12 months prior to
this notice, including change orders and supplemental agreements for
the submitting office only. In block 10 of the SF 255, provide the DQMP
and organization chart for the proposed team. A project specific design
quality control plan must be prepared and approved by the government as
a condition of contract award, but is not required with this
submission. Responses received by the close of business (4:30pm) 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
business of the next business day. No other notification to firms under
consideration for this project will be made and no further action is
required. Solicitation packages are not provided for A-E contracts.
This is not a request for proposal. All responsible sources may submit
the required SF 254 and SF 255 which shall be considered by the
agency. Numbered Note 24. (0087) Loren Data Corp. http://www.ld.com (SYN# 0018 19960328\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|