|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 7,1997 PSA#1756U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia
31402-0889 C -- CONSTRUCTION MANAGEMENT SERVICES FOR B-1 BEDDOWN PROJECTS AT
ROBINS AFB, GA POC Derek Cudd (Project Manager) 912/652-5688 1.
CONTRACT INFORMATION: A-E construction management services are required
during construction of B-1 Beddown projects at Robins AFB, GA, to
include but not be limited to construction quality inspection, review
of submittals, cost estimating for modifications, design of
construction modifications, review of other A-E designs on adjacent
projects and preparation of CADD as-built drawings. A firm fixed-priced
contract will be negotiated with award anticipated in February 1997.
This announcement is open to all firms regardless of size. Large
business must identify subcontracting opportunities with small
business, and small disadvantaged business on SF 255. If selected, the
large business offeror will be required to submit a small/small
disadvantaged & women owned subcontracting plan in accordance with FAR
52-219.9 and DFARS 219.704/705 as a 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 W OMEN-OWNED BUSINESS (A COMPOSITE
OF SMALL BUSINESS). Large business firms that intend to do any
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. Ophelia Kendricks, Contract Specialist, at 912/652-5072. 2. PROJECT
INFORMATION: The selected firm will be required to perform the
following services during the performance of the construction contract:
(1) Provide at least one full-time construction inspector for
approximately 20 months. The inspectors duties will include supervision
of construction to assure compliance with the construction contract
documents. Prepare draft correspondence in reply to contractor requests
for information. Verify contractor pay estimates and assess contractor
claims. Provide site safety inspection, and other duties as necessary
to provide for quality construction. (2) The firm will be required to
review and recommend action on construction submittals. Expertise for
Aircraft pavements, CASS (Consolidated Aircraft Support and Hydrant
System), aircraft hydrant refueling, utilities, and site work is
required. Registered Professional Engineers are required in mechanical,
electrical, and civil engineering. (3) Cost estimating will be required
to estimate construction contract modifications. (4) Design expertise
is required for design of user requested construction modifications.
(5) Review of A-E designs is required to assure compliance with the
master plan and coordinate future designs with actual on-site
conditions. (6) CADD capability is required to produce as-built
drawings from the design drawings. 3. SELECTION CRITERIA IN RELATIVE
ORDER OF IMPORTANCE: See Note 24 for general selection process. The
selection criteria are listed below in descending order of importance
(firms by major criteria and then by each sub-criterion). Criteria A
thru E are primary. Criteria F thru H are secondary and will only be
used as "tie-breakers" among technically equal firms. A. Specialized
experience and technical competence in: (1) Construction inspection of
airfield pavements, CASS systems, aircraft hydrant fueling, utilities
and site work, shop drawing reviews; (2) Review of contractor
submittals; (3) Preparation of contract related documents and analysis,
such as construction cost estimates, delay impact analysis, claims and
change order analysis. In Block 10 of the SF 255, describe the firm's
quality management plan, including the team's organization with an
organizational chart, quality assurance, and coordination of the
in-house work with consultants. B. Past performance: Past performance
on DoD and other contracts with respect to cost control, quality of
work, and compliance with performance schedules. C. Capacity to field
up to three Construction Inspectors concurrently. Disregard the "to be
utilized" statement at Block 4 of SF 255 and show total depth of staff
in all disciplines. D. Professional Qualifications: The contract will
require the following disciplines: (1) Architecture; (2) Civil
engineering; (3) Mechanical engineering; (4) Electrical engineering;
(5) Structural engineering; (6) Cost estimating; (7) Construction
Inspectors in (a) civil; (b) mechanical. Resumes (Block 7 of the SF
255) must be provided for these disciplines, including consultants. E.
Knowledge of Locality: Knowledge of locality as it pertains in design
and construction methods of projects in the geographic area of this
contract. F. Geographic Location: Geographic location with respect to
the region under consideration. G. Small Business, Small Disadvantaged
Business, and Women Owned Business Participation: Extent of
participation of small business, small disadvantaged businesses, women
owned business, historically black colleges and universities, and
minority institutions in the proposed contract team, measured as a
percentage of the total estimated effort. H. Equitable Distribution of
DoD Contracts: Volume of DoD contract awards in the last 12 months as
described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for
general submission requirements. Interested firms 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 following address:
U.S. Army Engineer District, Savannah, ATTN: CESAS-EN-EA, 100 W.
Oglethorpe, Savannah, GA 31401, not later than the close of business on
the 30th day after the date of this announcement. If the 30th day is a
Saturday, Sunday, or Federal Holiday, the deadline is the close of
business of the next business day. NO FAXED SUBMITTALS WILL BE
ACCEPTED. FIRMS MUST INCLUDE PRIME's ACASS NUMBER in Block 3b of SF
255. For ACASS information call 503/326-3459. Cover letters and
extraneous materials (Brochures, etc.) 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. (0003) Loren Data Corp. http://www.ld.com (SYN# 0012 19970107\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|