|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 26,1997 PSA#1790Department of Transportation, Federal Aviation Admin. (FAA),
Procurement Branch, AWP-55, P.O. BOX 92007, WWPC., Los Angeles, CA.
90009-2007 C -- A & E DESIGN SERVICES FOR AIRPORT TRAFFIC CONTROL TOWER,
METROPOLITAN OAKLAND INTERNATIONAL AIRPORT, OAKLAND, CA SOL
DTFA08-97-R-03247 POC Michelle Turner, Contracting Officer (310)
725-7567; James L. Travers, FAA Contractor Representative (310)
725-7546 CONTRACT INFORMATION: The Federal Aviation Administration
(FAA) has a requirement for an Architectural and Engineering (A&E)
services contract for the design and support of the new Air Traffic
Control Tower (ATCT), for the Metropolitan Oakland International
Airport, Oakland, California. A Firm-Fixed Price contract will be
negotiated. The contract is anticipated to be awarded in May 1997 and
completed by June 1998. Solicitation packages are not provided or
available. This is not a request for proposal. PROJECT INFORMATION: The
scope of work for A&E services includes, but is no limited to: Site
investigation, engineering studies, project definition phase,
preliminary and final design and construction phase services (option)
for the subject project. The tower will be approximately 200 ft tall
with a 625 sq. ft. cab and an additional 5,000 sq. ft. base building.
The tower will include a breakroom, toilet facilities, as well as
echanical and electric support equipment within the floors below the
cab. The base building will house the administrative support
facilities, mechanical and electric equipment and emergency backup
power equipment. The project shall include support for the transition
of related FAA facility equipment control to the new tower. The
estimated construction cost is $10,000,000 to $15,000,000. SELECTION
CRITERIA: See Note 24 for general selection process. The selection
criteria are listed below in descending order of importance (first by
major criterion and then by each sub-criterion). The following criteria
A through E, are primary. Criteria F through H are secondary and will
only be used as "tie-breakers" among technically equal firms. A.
Specilized experience and technical competence in: (1) Structural
design of high-rise facilities within Earthquake Zone 4 per the Uniform
Building Code (UBC), particularly the San Francisco Bay area. (2)
Design of FAA Airport Traffic Control Towers. (3) Design of fire
protection systems. (4) HVAC design for high rise facilities including
Energy Management Control Systems. (5) Power studies and short circuit
analysis for critical facilities. (6) Stormwater management and erosion
control. (7) Computer aided design and drafting, including 3
dimensional analysis. (8) Computer aided cost estimating. (9) Computer
aided project management. (10) Producing quality designs based on
evaluation of a firm's design quality management plan. B. U.S. Army
Corps of Engineers, State of California, and San Francisco Bay
Conservation & Development Commission environmental laws and permit
requirements, California energy standards (Title 24), City of Oakland
Plan Check Procedures and permit requirements, Port of Oakland permit
plans and procedures, Federal Aviation Administration regulations
including FAA Orders pertaining to construction. C. Qualified
California registered professional personnel in the following key
disciplines: project management (architect or engineer), structural
engineer, architect, fire protection engineer, mechanical engineer,
electrical engineer, civil engineer and environmental engineer. The
evaluation will consider education, training, registration, overall and
relevant experience, and longevity with the firm. D. Past performance
on FAA and other contracts with respect to cost control, quality of
work, and compliance with performance schedules. E. Capacity to submit
the project definition phase, including the 10% Conceptual Design,
within 30 days of contract award, foundation design for construction
within 90 days of contract award, and to complete the final design
within 180 days after the approval of the project definition. The
evaluation will consider the experience of the firm and any consultants
in similar size projects, and the availability of an adequate number of
personnel in key disciplines. F. Proximity to the Metropolitan Oakland
International Airport. G. Participation of small business, small
disadvantaged business, historically black colleges and universities,
and minority institutions in the proposed contract team, measured as a
percentage of the estimated effort. H. Volume of FAA (DoD) contract
awards in the last 12 months as described in Note 24. SUBMISSION
REQUIREMENTS: See Note 24 for general submission requirements.
Interested firms having the capabilities to perform this work must
submit two copies of SF-255 and two copies of SF-254 for the prime firm
and all consultants, not later than the close of business on the 21st
day after the date of the announcement. If the 21st day is a Saturday,
Sunday, or Federal holiday, the deadline is the close of business the
next business day. In Block 10 of the SF-255, describe the firm's
design quality management plan, including management approach,
coordintion of disciplines and subcontractors, and quality control
procedures. The completed forms may be sent to the following address:
FAA, Procurement Branch, AWP-55, P.O. Box 92007, WWPC, Los Angeles, CA
90009-2007 -- Attention: James L. Travers or you may FAX submission to
(310) 536-8551. (0055) Loren Data Corp. http://www.ld.com (SYN# 0023 19970226\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|