|
COMMERCE BUSINESS DAILY ISSUE OF MAY 2,1996 PSA#1586U.S. Army Engineer District, Savannah, 100 W. Oglethorpe Avenue,
Savannah, GA 31401 C -- DESIGN OF ENLISTED HOUSING FACILITIES FOR SAVANNAH DISTRICT POC
Tom Brockbank at 912/652-5212. 1. CONTRACT INFORMATION:
Architect-Engineer services are expected to be required for design of
Enlisted Housing Facilities under the jurisdiction of Savannah
District. a. A-E services may include site investigations, planning,
engineering studies, concept design, final design (option), and
construction phase engineering support (option). Concept designs will
usually be completed within 2-3 months of contract award and final
design completed within 4-6 months of concept design approval. **** b.
Contract Award Procedure: A list of at least three most highly
qualified and technically equal firms will be selected using the
primary criteria listed below. The firms will be ranked in order of
negotiation using the secondary criteria listed below. When a directive
for the first project of this type is received, negotiations shall
begin with the top ranked firm. When a directive is received for a
subsequent project, or if negotiation with a firm is unsuccessful,
negotiations shall begin with the next ranked firm that has not been
offered a contract for negotiation. If the list of ranked firms is
exhausted, the negotiation cycle shall begin with the top ranked firm.
This procedure will be used until 30 September 1997. None of the
projects have been authorized for design and funds are not presently
available for any contracts (SEE FAR 52.232-18). This announcement is
open to all firms regardless of size. Large business offerors that
require subcontractors must identify subcontracting opportunities with
small business, woman owned and small disadvantaged business
subcontract plan in accordance with FAR 52.219.9 and DFARS 219.704/705
as part of the Request for Proposal package. The following
subcontracting goals are the minimum acceptable goals to be included in
the subcontracting plan: OF THE SUBCONTRACTED WORK, 60% to SMALL
BUSINESS, 10% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL
BUSINESS), 5% TO WOMAN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS).
Large business firms that intend to do subcontracting must convey
their intent to meet the minimum subcontracting goals on the SF 255,
Block 6. Written justification must be provided if the minimum goals
cannot be provided. For additional information concerning
SUBCONTRACTING PLAN requirements, please contact Ms. Leila Hollis,
Contract Specialist, at 912/652-5105. **** 2. PROJECT INFORMATION:
These contracts will be used for design and/or renovations of enlisted
housing projects to include all site related project design &
planning, topographic surveying to support designs, shop drawing
review, construction phase services, and preparation of O&M manuals.
The estimates for these projects 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.
The drawings will be prepared using graphics created via Microstation
32 or Micro/Station PC (4.0) and or AutoCADD Version 11 or higher. All
drawing files delivered to the District that have been created using
AutoCADD Version 11 or higher must be translated to .dgn files. The
Contractor shall possess 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 if the A-E does
not have an Intergraph CADD System. The A-E firm will be required to
submit a Design Quality Assurance Plan concurrently with their fee
proposal. Information on what is to be contained in this plan will be
furnished upon notification of selecton. Firms responding to this
announcement are requested not to transmit this plan with their SF 255.
These designs will be metric. The specifications will be produced in
SPECINTACT using Corps of Engineers Military Construction Guide
Specification. The responses to design review comments will be provided
on Corps of Engineers Automated Review Management Systems (ARMS)
(software provided). **** 3. SELECTION CRITERIA: See Note 24 for
general selection process. The selected criteria are listed below in
descending order of importance. Criteria a-e are primary. Criteria f-h
are secondary and will be used only as ''tie-breakers'' among
technically equal firms. **** a. Specialized experience and technical
competence in designs during the past 5 years that include: (1) Design
of Air Force and Army enlisted housing projects. (2) Design of
civilian dormitory projects. (3) Metric design for major projects. (4)
Use of CADD/Intergraph translation. (5) Use of MCACES Gold. (6) Use of
SPECINTACT & ARMS. **** 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 multiple
simultaneous delivery orders and provide staff in the following
disciplines: architect, civil, structural, mechanical, fire protection
and electrical engineers, interior designers, and topographic
surveyors. These disciplines must be shown in Block 4 of SF 255. Please
disregard the ''to be utilized'' statement at Block 4 of SF 255 and
show the total strength of each discipline. **** d. Professional
qualifications of key management and professional staff members. The
design team must include a Registered Fire Protection Engineer whose
principle duties are fire protection engineering or a Registered
Architect or Registered Engineer who is a full member in good standing
of the Society of Fire Protection Engineers (SFPE). **** e. Knowledge
of locality as it pertains to knowledge of design and construction
methods used on enlisted housing and dormitory projects in Southeastern
States. **** f. Degree of participation of SB, SDB, WOB, HBCU or MI as
prime contractor, subcontractor or joint venture partner. ****g.
Location of the firm in the general geographic area of the project.
**** h. Volume of DoD contracts awards n the last 12 months as
described in Note 24. **** 4. 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 245 (11/92
edition) for prime and all consultants, to the following address: U.S.
Army Engineer District, Savannah: ATTN: CESAS-EN-EA, 100 W.
Oglethorpe, Savannah, GA 31401-3640 by June 4, 1996 to be considered
for selection. INCLUDE THE FIRM'S ACASS NUMBER IN BLOCK 3b of SF 255.
FOR ACASS information, call 503/326-3459. NO FAXED SUBMITTALS WILL BE
ACCEPTED. 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 material (Brochures, etc.) ARE NOT desired and WILL NOT be
considered. **** 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. (0121) Loren Data Corp. http://www.ld.com (SYN# 0022 19960501\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|