Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 7,1998 PSA#2068

US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-EN-MR 26 Federal Plaza, Rm 2008 New York, N.Y. 10278-0900

C -- ARCHITECT-ENGINEER SERVICES FOR THE DESIGN OF ARMAMENT SOFTWARE ENGINEERING CENTER AT PICATINNY ARSENAL, NEW JERSEY SOL CBAEEN8-091-0015 POC Willien Cunningham, Procurement Assistan 212-264-4883. Contract Information:This project is to renovate an existing facility to accommodate the functions of a Armament Software Engineering Center(ASEC). This ASEC is designed to provide efficient and economic design, development, testing, configuration control and field release of embedded computer software in Army Tank-Automotive, armament command weapons systems, simulators and trainers. The ASEC building includes an inner high bay area with large access doors and an 35-ton overhead crane, central laboratories connecting circulation and mechanical areas, and an outer zone of engineering work space. Electromagnetic Interference (EMI) shielding is required in certain sensitive areas of the building. Engineering working spaces and laboratories are to be built by renovating existing structure surrounding the high bay. The floor of the laboratories must be designed to carry heavy simulator and trainer equipment. The supporting facilities include electric services with sub-station, water line, fire protection system, paving walks, curbs, parking lots, sanitary lines, storm drainage lines and site improvements. Heating is provided by central heating plant. New chiller/cooling tower is required for the air conditioning system. The estimated construction cost is $12.5 million. Project Information: A/E services for the preparation of plans, specifications, analysis, reports, cost estimates, and construction services for the ASEC facility. This project will be designed in conformance with COE regulations and DOD design standards. Environmental studies may include permit investigations, the completion of permit applications. Possibly there will be contaminated soil abatement. Sub-surface exploration will be conducted where required.. The specific abilities and disciplines required but not limited to : Architectural, Civil, Electrical, Telecommunication, Mechanical, Structural, Cost Estimating, Fire Protection Engineer, Environmental specialists, and certified industrial hygienist. The fire protection engineer should haveadequate credentials in fire protection design. Services of the registered architect in relation to fire protection, shall be limited to building compliance and life safety code compliance analysis. Firms not having full in-house capability must demonstrate how they will manage subcontractors through a management plan. Firms must submit in their submission a plan for management of consultants, a plan for successful quality assurance, quality control and how they will integrate of all design disciplines. Responding firms should indicate their ability to produce all required work in digitized drawings on AutoCad 14 format, their capability to access an electronic bulletin board and Automated Review Management System (ARMS) via modem, Internet access and the capability to work with M-CACES (Corps of Engineers Cost Estimating Software). Specifications are to be submitted in hard copy and on Microsoft Word 97 compatible software. Special Qualifications: The selected firm must have proven experiences in design of military computer software research & testing facilities or military scientific Research, Development & Testing (RD&T) facilities. Civilian RD&T experience can be submitted as complimentary to military experience. Also the selected firm must demonstrate to have the resource to complete the contract in compressed schedule. Closing date for submitting SF255: 30 days after advertising date. If this date falls on a Saturday, Sunday, or Holiday the closing date will be on the next business day. Firms should submit their qualifications on 11-92 version of SF255 and SF254. SF254 should reflect the firm's overall capacity, whereas, SF255 should reflect only the personnel dedicated to the specific project referenced in the submittal. If subconsultants are to be utilized, a SF254 must be submitted for each sub-consultant. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted. Evaluation factors in descending orderof importance: Boards will evaluate firms' qualification strictly on the basis of the announced selection criteria and their stated order of importance. The criteria will be applied as follows: a. Primary Selection Criteria (i) Specialized experience and technical competence in the type of work required. (ii) Professional qualifications necessary for satisfactory performance of required services. (iii)Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. (iv) Capacity to accomplish the work within the required time. (v) Knowledge of the locality and location in the general geographical area of Picatinny Arsenal in NJ provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encouraged to submit from any geographical area. (iv) Demonstrated success in prescribing the use of recovered materials and achieving wastereduction and energy efficiency in facility design. (If applicable) b. Secondary Selection Criteria (i) Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. (ii) Geographic Proximity in relation to location of project. (iii) Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small and small disadvantaged business firms and firms that have not had prior DoD contracts. Start date/Completion: July 1998/June 1999 Small and small disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested large firms are reminded that the successful firm will be expected to place subcontracts to the maximum practicable extent with small and small disadvantaged firms in accordance with Public Law 95-507. If a large business firm is selected, a small business subcontracting plan will be required prior to award. Firms which have not previously applied for New York District projects and firms which do not have a current SF-254 on file with the New York District should submit two of the SF-254 with this initial response to CBD announcement. Firms using consultants should submit copies of the SF-254 for their consultants. a) Notification of all firms will be made within 10 calendar days after approval of the Final selection. Notifications will not be sent after pre-selection approval. The notification will say the firm was not among the most highly qualified firms and that the firm may request a debriefing. b) The A/Es request for a debriefing must be received by the selection chairperson within 30 calendar days after the date on which the firm received the notification. c) Debriefing(s) will occur within 14 calendar days after receipt of the written request. d) Copies of all SF 254's & SF 255's of all firms, who are not short listed, will be held for 30 calendar days after notifications are sent out. Three (3) copies of the submittals should be sent to Ms. Willien Cunningham, CENAN-EN-MR, Room 2008, 26 Federal Plaza, New York, NY 10278, (212) 264-4883. (0093)

Loren Data Corp. http://www.ld.com (SYN# 0021 19980407\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page