Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 2,1996 PSA#1586

U.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