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