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