Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 16,1998 PSA#2138

U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia 31402-0889

C -- BARRACKS REPLACEMENT COMPLEX, FORT BENNING, GEORGIA SOL DACA21-98-R-0051 POC Tom Brockbank (Technical Questions) 912-652-5212; Dee Otis Henderson (Contractual Questions) 912-652-5289 WEB: Corps of Engineers, Savannah District, Contracting, http://www.usace.army.mil. E-MAIL: Dee Otis Henderson, dee.o.henderson@sas02.usace.army.mil. 1. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers requires the services of an Architect-Engineer firm to prepare plans, specifications, design analysis, and cost estimates for the design of a Barracks Complex at Fort Benning, GA. The A-E will be required to provide concept design, final design, services during construction and shop drawing review services. It is anticipated that this will be a firm fixed price contract for preparation of information for bid (IFB) documents; however, the possibility exists that the design requirement could be revised to include only preparation of request for proposal (RFP) design/build documents. The contract is anticipated to be awarded in November 1998 completed in October 1999. The estimated construction cost range is $40,000,000 to $50,000,000. This announcement is open to all firms regardless of size. Large Business offerors must identify subcontracting opportunities with small business, and small disadvantaged business on SF 255. If selected the large business offeror will be required to submit a small/small disadvantaged & women owned subcontracting plan in accordance with FAR 52-219.9 and DFARS 219.704/705 as a part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 62% TO SMALL BUSINESS: 10% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 5% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS). Large business firms that intend to do any subcontracting must convey their intent to meet the minimum subcontracting goals on the SF 255, Block 6. Written justification must be provided if the minimum goals cannot be provided. For additional information please contact Mr. Dee Otis Henderson, Contract Specialist, at 912/652-5289. **** 2. PROJECT INFORMATION: The selected firm will be required to perform the following services: prepare the plans, specifications, design analysis, and cost estimates for the design of a Barracks Complex including community and administrative facilities. Supporting facilities include utilities; electric service; fire protection and alarm systems; paving, walks, curbs and gutters; storm drainage; information systems; HVAC; site improvements to include building demolition and asbestos abatement. A Comprehensive Interior Design package is required. Architect-Engineer services during construction (shop drawing review and field visits) may be required. The deliverables at each stage of design will require the design drawing files in Intergraph DGN and CAL format plus plotted hard copies. The AE will also need to create Source View index for the files. The design will be prepared in the metric system of measurement. Construction cost estimates will be prepared on IBM compatible personal computers using Corps of Engineers' Computer Aided Cost Estimating System (M-CACES) (software provided by Government) or similar software. The specifications will be produced in SPECINTACT using Corpsof Engineers Military Construction Guide Specifications. The responses to design review comments will be provided on Corps of Engineers Automated Review Management System (ARMS). **** 3. SELECTION CRITERIA: See Note 24 for general A-E selection process. The selection criteria are listed below in descending order of importance (first by major criteria and then by each sub-criterion). CRITERIA A-E are primary. Criteria F thru H are secondary and will only be used as "tie-breakers" among technically equal firms. *** A. Specialized Experience and technical competence in design of (1) Military Barracks and Dormitory Facilities, (2) Commercial Billeting Facilities, (3) Administrative and Supply Facilities, (4) Use of CADD, particularly Intergraph DGN format and CAL format. This should be shown in Block 8 & 10 of SF 255. (5) Use of MCACES cost estimating, SPECINTACT and ARMS. *** B. Past performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules. *** C. Capacity to accomplish the work in the stated contract period and to provide the following disciplines: architectural, structural, civil, electrical engineering, mechanical engineering, topo survey crew, industrial hygienist (asbestos), interior designer, cost estimator and a fire protection engineer. Please disregard the "to be utilized" statement at Block 4 of SF 255 and show the total strength of each discipline. *** D. Professional Qualifications of key management and professional staff members. The design team must include a Registered Fire Protection Engineer whose principle duties are fire protection engineering or a Registered Architect or Registered Engineer who is a full member in good standing of the Society of Fire Protection Engineers (SFPE). *** E. Knowledge of locality as it pertains in design and construction methods of projects in the geographic area of this contract. **** SECONDARY CRITERIA. *** F. Extent of participation of Small Business (SB) including (Women Owned Small Business(WOSB)), Small Disadvantaged Business (SDB), historically black colleges and universities, and minority institutions in the proposed team, measured as a percentage of the total estimated effort. *** G. Proximity to the project site. *** H. Volume of DOD contract awards in the last 12 months as described in Note 24. **** 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms must submit ONE (1) copy of SF 255 (11/92 edition) for prime and ONE (1) copy of SF 254 (11/92) for prime and all consultants to the following address: US Army Engineer District, Savannah, ATTN: CESAS-EN-EA (Ms. Smulevitz), 100 W. Oglethorpe, Savannah, GA 31401-3640, not later than close of business the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Holiday, the deadline is the close of business of the next business day. NO FAXED SUBMITTALS WILL BE ACCEPTED. FIRMS MUST INCLUDE PRIME's ACASS NUMBER in BLOCK 3 of SF 255. For ACASS INFORMATION: call 503/808-4591.No faxed submittals will be accepted. Cover letters and extraneous materials (Brochures, etc.) are not desired and will not be considered. PHONE CALLS are DISCOURAGED unless ABSOLUTELY necessary. PERSONAL VISITS for the purpose of discussing this announcement WILL NOT BE SCHEDULED. Posted 07/14/98 (W-SN222745). (0195)

Loren Data Corp. http://www.ld.com (SYN# 0025 19980716\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page