Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 30,1997 PSA#2001

US ARMY CORPS OF ENGINERS, SACRAMENTO, CONTRACTING DIVISION, 1325 J STREET, SACRAMENTO CA 95814-2922

C -- DESIGN OF AMBULATORY CARE CENTER, ADDITION/ALTERATION AND UTILITY UPGRADE, DAVIS-MONTHAN AFB, ARIZONA SOL DACA05-98-R-0015 DUE 020398 POC Mr. Ken Parkinson, Unit Leader, AE Negotiations Unit, (916)557-7470. Contracting Officer Frederick Strickland (Site Code DACA05) 1. Contract Information. A-E services are required for site investigation, planning, survey and geotech report (option), engineering studies, concept design, final design (option), and construction phase services (option) for the subject project. Construction phase services may include preparation of operation and maintenance manuals and shop drawing approval. Project will be designed in accordance with: MIL-HDBK-1191, DoD Medical and Dental Treatment Facilities Design and Construction Criteria; Uniform Federal Accessibility Standards (UFAS); and Americans with Disabilities Act Accessibility Guidelines (ADAAG). The design will be prepared in the metric system of measurement. The contractor shall be responsible for design and drawings using computer-aided design and drafting (CADD) and delivering the three-dimensional drawings in Autodesk AutoCAD CADD software, release 12, MS-DOS, version 6.2 using Windows 3.1, electronic digital format. The Government will only accept the final product for full operation, without conversion or reformatting, in the Autodesk AutoCAD release 12 format, and on the target platform specified herein. The target platform is a 486 DX, with DOS version 6.2 operating system with Windows 3.1. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the target platform AutoCAD electronic digital format. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) electronic digital format. The specifications will be produced either in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Corps of Engineers Military Construction Guide Specifications. Specification files shall also be delivered in PostScript electronic digital format or Portable Data Format (PDF). Responding firms must show computer and modem capability for accessing the Criteria Bulletin Board System (CBBS) and the Automated Review Management System (ARMS). The estimate will be prepared using Corps of Engineer's Computer Aided Cost Estimating System (M-CACES) (software provided by the Government) or similar software. This announcement is open to all businesses regardless of size. All interested Architect-Engineers are reminded that in accordance with the Provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected, it must comply with FAR 52-219.9 regarding the requirement for a subcontracting plan on that part of the work it plans to subcontract. The following subcontracting goals are the minimal acceptable goals to be included in the subcontracting plan. Of the subcontracted work, 55% to small business, 8.5% to small disadvantaged business (subset of small business), and 3.0% to woman-owned small businesses (subset of small business). The firms selected for these contracts will be required to submit a detailed subcontracting plan at a later date. If the selected firms submit a plan with lesser goals, it must submit written rationale of why the above goals were not met. A detailed plan is not required to be submitted with the SF 255; however, the plans to do so should be specified in Block 10 of the SF 255. This work will include all architectural-engineering (A-E) and related services necessary to complete the design, and for A-E services during the construction phase. The SIC Code is 8711 with business size standard of maximum of $2.5 million of average annual receipts for its preceding 3 fiscal years. 2. Project Information. This project will design an addition of approximately 2948 gross square meter (gsm) and an alteration of approximately 418 gsm. This project will construct a new medical clinic addition to provide a consolidated location for outpatient clinics comprised of Primary Care Managed (PCM) clinic of Family Practice, Pediatrics, OB/GYN, Appointments, Records and Education Section. The alteration work will upgrade facility to meet current codes, provide a connector between the addition and the existing facility, upgrade utilities, and abate asbestos. Supporting facilities include water, sewer, natural gas, HVAC, electric service, security lighting, parking, storm drainage, communication and information systems, and general site improvements. Work may include asbestos and lead based paint abatement. The estimated construction cost of this project is between 5 and 10 million dollars. 3. Selection Criteria. See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. 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. Specialized experience and technical competence of the firm and consultants in: (1) Design of additions and alterations to outpatient medical and dental facilities. (2) Life safety and fire protection design of medical facilities. (3) Use of automated design systems described above (M-CACES, CADD, SPECSINTACT, and ARMS). (4) Experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. B. Qualified professional personnel in the following key disciplines: project management; medical facility planning; architecture, mechanical, electrical, fire protection, structural, civil, and communication engineering; cost estimating; industrial hygienist (certified); medical equipment planning; interior design; operation and maintenance systems. Registered professionals are required in the following disciplines: architecture, mechanical, electrical, fire protection, structural, and civil engineering. The evaluation will consider education, training, professional registration, organizational certifications, overall relevant experience, and longevity with the firm. C. Experience producing quality designs based on an evaluation of a firm's Design Quality Management Plan (DQMP). The DQMP should include an organization chart and briefly address management approach, team organization, quality control procedures, coordination of in-house disciplines and subcontractors, and prior experience of the prime firm and any significant consultants on similar projects. D. Past Performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. E. Knowledge of the locality of the project site including geological features, climatic conditions, and local laws and regulations. F. Capacity to complete the concept design (35%) by August 1998 and the final design by August 1999, assuming contract award in April 1998. 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. G. Extent of participation of small business, small disadvantaged business, woman owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. H. Volume of DoD contract awards in the last 12 months as described below. 4. Submission Requirements. See Note 24 for general submission requirements. Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit two (2) completed SF 255 (11/92 edition) U.S. Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and two (2) completed copies of SF 254 (11/92 edition) for themselves and one (1) for each of their subcontractors to the office shown here and above, ATTN: A-E Negotiations Unit. In SF 255, Block 3b., provide the firm's ACASS number. For ACASS information call 503/326-3459. Provide an organization chart just prior to Block 7. In Block 7 of the SF 255 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (project manager, architect, design engineer, etc.) and identify where the team member is, if location is different than that shown in the SF 255, Block 3b. In Block 9 of the SF 255, responding firms must indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. In Block 10 of the SF 255, provide the design quality management plan and the names and telephones numbers of clients as references on three most recent, non-military, medical facility designs. A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award but, is not required with this submission. Short listed firms may be requested to submit up to 5 additional copies. Responses received by the close of business (4:30 p.m.) on the closing date will be considered for selection. If the closing date is a Saturday, Sunday, or Federal Holiday, the deadline is the close of business on the next business day. No other notifications will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 255 and SF 254 which shall be considered by the agency. See numbered Notes 24 and 26. (0358)

Loren Data Corp. http://www.ld.com (SYN# 0017 19971230\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page