|
COMMERCE BUSINESS DAILY ISSUE OF MAY 3,1996 PSA#1587U. S. ARMY CORPS OF ENGINEERS, 600 M.L. KING, JR. PL., RM 821,
LOUISVILLE KY 40202-2230 C -- ARCHITECT-ENGINEER SERVICES FOR DESIGN OF ADMINISTRATIVE AND
TRAINING FACILITIES WITHIN THE LOUISVILLE DISTRICT BOUNDARIES OF KY,
IL, IN, TN, OH AND MI SOL W22W9K-6109-6090 POC Contract Specialist
Linda Hunt-Smith (502) 582-5070 (Site Code DACA27) l. GENERAL CONTRACT
INFORMATION: a) Nature of work: A/E services are expected to be
required for such activities as site investigation, preparation of
plans, specifications, construction cost estimates, technical studies,
hazardous material surveys and analysis and abatement methodology in
the support of design and/or renovation projects/studies of Barracks,
Dorms, and Family Housing projects at various military installations.
Expected projects would involve complete building design; seismic
design and upgrade; acoustic separation; exterior and interior
lighting; mechanical and electrical systems to include HVAC systems and
energy monitoring control systems; security systems; design of fire
alarm and protection systems; Life Safety Codes (NFPA); site surveying;
general site grading; drainage; design of access roads, utility
analysis and design to include electrical distribution, mechanical,
storm and sanitary systems; corrosion control; and comprehensive
interior design. Asbestos, lead paint, radon, and PCB investigations
and abatement design may also be required. Requirements could also
include construction management services, e.g. construction
supervision, preparation of record drawings, or the checking of shop
and working drawings. The A/E contracts will be awarded between June
1996 and May 1997 with this being the only announcement for the design
of Barracks, Dorms, or Family Housing within the Louisville District
during the next 12 months. No projects of this type are currently
authorized nor are funds presently available for design. The
Government's obligation hereunder is contingent upon the availability
of appropriated funds from which payment for the contract purposes can
be made. No legal liability on the part of the Government for payment
of any money shall arise unless and until funds are made available to
the contracting officer for this procurement and notice of such
availability to be confirmed in writing by the contracting officer is
given to the contractor. The purpose of this announcement is to obtain
a list of most highly qualified firms interested in performing this
type of work with the list being maintained for a period of twelve (12)
months from the date of this advertisement. An A/E selected for a
project under this solicitation will be required to submit a
project-specific design quality control plan for approval as a
condition of contract award although this plan is not required with
this initial submittal. Metric design, in whole or in part, will be
required for the authorized projects unless otherwise specified.
Construction cost estimating must be accomplished using the Micro-
Computer Aided Cost Estimating System (M-CACES) software (software and
database will be furnished). Specifications must be electronically
developed using Corps of Engineers Guide Specifications (CEGS). All
drawings must be electronically developed. Any CADD system may be used
but submittal must be in accurately translated Intergraph Microstation
format in conformance with District Cadd standards unless otherwise
specified. A laboratory accredited in Bulk Asbestos Fiber Analysis
given by the National Institute of Standards and Technology (NIST)
under the National Voluntary Laboratory Accreditation Program (NVLAP)
must be identified for hazardous material testing as needed. It is our
intent to enter into a Partnering Agreement on all projects which
could require the selected A/E to attend an approximate one-day
partnering meeting to define the District's expectations of the A/E,
create a positive working atmosphere, encourage open communication, and
identify common goals. Significant emphasis will be placed on the A/E's
quality control procedures as the District will not review quality into
the project. A list of at least three most highly qualified and
technically equal firms will be selected using the primary criteria
listed below. A firm receiving a contract in this manner will not be
given consideration again within this time frame until all firms on the
most highly qualified list have been offered contracts. None of the
projects have been authorized for design and funds are not presently
available for this procurement. The Government's obligation hereunder
is contingent upon the availability of appropriate funds from which
payment for the contract purposes can be made. No legal liability on
the part of the Government for payment of any money shall arise unless
and until funds are made available to the contracting officer for this
procurement and notice of such availability to be confirmed in writing
by the contracting officer is given to the contractor. This
announcement is open to all businesses regardless of size. If a large
business is selected to negotiate a contract estimated to exceed
$500,000, the firm shall be required to present an acceptable Small
Business and Small Disadvantaged Business Subcontracting Plan in
accordance with Public Law 95-507 prior to award of the contracts. The
current subcontracting goals are 52.5% to Small Business, 8.8% to
Small Disadvantaged Business and 3.0% to Women-Owned Small Business.
These percentages are applied to the total amount of subcontracted
dollars. b) Contract Award Procedure: At least three most highly
qualified firms will be selected for future project consideration based
on the factors (a) through (h) below in descending order of importance,
(a) through (d) being primary and (e) through (h) secondary. When a
project of this type is authorized, an A/E will be selected from this
list for negotiations of a separate Firm Fixed Price Contract
considering the factors (b) through (h) in descending order of
importance in relation to the specific project requirements. A firm
receiving a contract in this manner will not be given consideration
again within this time frame until all firms on the list have been
offered contracts. 2. SELECTION CRITERIA: See Note 24 for general
selection process information. The selection criteria are as follows
and must be documented in the SF255: a) A designer and checker with
education, training, and specialized experience in architecture and in
the fields of civil, sanitary, hydraulic, geotech (soils engineering),
structural (independent of civil), mechanical, and electrical
engineering are necessary with at least one in each field
professionally registered. Additionally, professionals qualified by
education, registration, certification, and/or training in interior
design, life safety codes, landscape architecture, industrial hygiene,
and hazardous material inspection and abatement methods are necessary.
The Interior Designer must either be NCIDQ Certified, a registered
Interior Designer, or a registered architect with demonstrated training
and experience in interior design. The hygienist must be a Certified
Industrial Hygienist (CIH) as certified by the American Board of
Industrial Hygienist (ABIH). The hazardous material inspector must have
successfully completed an EPA approved course for building inspectors
and asbestos management planners. b) Specialized Experience and
technical competence in the design/renovation of barracks, dorms and
family housing as evidenced by the resumes of the personnel assigned to
this project must be provided. Only resumes identifying the
professionalism and specialized experience of the design group are
necessary. Other available personnel may be specified in paragraph 10
of the SF 255. c) Capacity to complete the work in the required time.
d) Past performance on DOD and other contracts with respect to cost
control, quality of work, and compliance with performance schedules. e)
Superior performance evaluations on recently completed DOD contracts.
f) Geographical location and knowledge of the locality of the project
g) Volume of DOD contract awards in the last 12 months as described in
Note 24.. h) Extent of participation of SB, SDB, historically black
colleges and universities, and minority institutions in the proposed
contract team, measured as a percentage of the estimated effort. In
addition, a brief Design Management Plan including an explanation of
the firm's management approach, management of subcontractors (if
applicable), quality control procedures and an organizational chart
showing the inter-relationship of management and various team
components (including subcontractors) must be included in paragraph 10
of the SF 255. 3. SUBMITTAL REQUIREMENTS: See Note 24 for general
submission requirements. Firms which are interested and meet the
requirements described in this announcement are invited to submit one
completed SF 255 (Revision 11-92), U.S. Government A/E and related
Services for Specific Projects to the office shown above. SF 255
(Revision 10-83) is obsolete and only the 11-92 edition of SF 255 will
be accepted. All responses on SF 255 to this announcement must be
received on later than 4:30 pm Local Time on the 30th calendar day
after the date of this publication to be considered for selection. The
day following this CBD announcement counts as day 1. If the 30th day
falls on Saturday, Sunday or a U.S. Gov't holiday, the deadline is the
close of business on the next Gov't business day. b. It is requested
that interested firms list the fee amount and date of all DOD contracts
awarded during the last 12 months to the firm and all subsidiaries in
Block 9 of the SF 255. c. Responding firms must submit a current and
accurate SF 254 for each proposed consultant. Additionally all
responding firms which do not have a current (within the past 12
months) SF 254 on file with the North Pacific Division, Corps of
Engineers, must also furnish a completed SF 254. If a SF 254 is
included, only the 11-92 edition of the form will be accepted. The
business size status (large, small and/or minority) should be indicated
in Block 3 of the SF 255. Definition: A concern is small if the annual
receipts averaged over the past 3 fiscal years do not exceed $2.5
million. d. No other information including pamphlets or booklets is
requested or required. e. No other general 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.(0122) Loren Data Corp. http://www.ld.com (SYN# 0028 19960502\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|