Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 7,1997 PSA#1756

U. 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