|
COMMERCE BUSINESS DAILY ISSUE OF JULY 20,1998 PSA#2140U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street,
Omaha, NE 68102-4978 C -- PREPARATION OF DESIGN-BUILD DOCUMENTS FOR USSPACECOM/NORAD HQS &
ARMY SPACE COMMAND HQS, PETERSON AFB, COLORADO SOL DACA45-98-R-0031
POC for Procedural questions: John M. Miller (402)221-4176; technical:
Mike Armstrong (402)221-3981 WEB: Omaha District Contracting Division
Homepage, http://ebs.nwo.army.mil/EBS/CONTRACT.HTM. E-MAIL: Lynette
Black, Lynette.M.Black@usace.army.mil. CONTRACT INFORMATION: Services
required are preparation of design documents (plans and specifications)
for a Design-Build Request for Proposal (RFP) package. Basic contract
will be for an initial draft documents package with an option for the
complete package. The A-E firm contracted for preparation of the
Design-Build RFP documents will not be eligible to compete as part of
a Design-Build team for award of the Design-Build contract (b) Quality
control procedures and team organization, including consultants as
described in the Design Management Plan (see SUBMITTAL REQUIREMENTS).
The selected A-E firm must be able to provide designs that meet
guidance, criteria and quality standards without detailed review by the
District. The firm must also present a logical team organization that
provides an effective method of coordination and communication between
the individual team members as well as consultants. A Firm Fixed Price
Contract will be negotiated for these services. Estimated completion
date is August1999 with anticipated start date of November 1998. The
Omaha District may establish a design partnership for this project.
Prior to negotiation, the A-E will attend a one-day partnering meeting
at the Omaha District offices to define Omaha District expectations of
the A-E, create a positive working atmosphere, encourage open
communication and identify common goals. Greater emphasis will also be
placed on the A-E's quality control procedures for this project. The
District's reviews will not be intended to replace the A-E's quality
review. The A-E selected for this project must submit for approval a
project-specific design quality control plan as a condition of contract
award. This plan is not required with this submittal. If a large
business is selected for this project, it must comply with FAR 52.219-9
regarding the requirement for a subcontracting plan on that part of the
work that it intends to contract. This plan is not required with this
submittal. The subcontracting goals for this contract are that a
minimum of 61.2% of the contractor's intended subcontract amount be
placed with small businesses (SB), 9.1% be placed with small
disadvantaged businesses (SDB) and 4.5% be placed with women-owned
small businesses (WOSB). The on-site data gathering and charrette
process will be used on this project. PROJECT INFORMATION: Project
consists of a USSPACECOM/NORAD headquarters facility and an Army Space
Command headquarters facility of approximately 12,000 SM (square
meter) and 10,000 SM respectively on the same site at Peterson AFB.
There is also the potential that a Navy Space Command headquarters
facility may be included in the project. Facilities will include
administrative offices, computer rooms, video teleconferencing rooms,
Sensitive Compartmented Information Facilities (SCIF), Top Secret
storage vaults, uninterruptible power system, stand-by generator,
filtered power, pre-wiring for voice and Local Area Network (LAN),
closed circuit television system, intrusion detection system, badge
reading system, TEMPEST security system and Comprehensive Interior
Design (CID). Site work will include roads and parking, site intrusion
detection system and protective landscaping. Design drawings will be
prepared in a format fully compatible with AutoCAD version 14 and
delivery of electronic CADD and CALS files will be required.
Specifications will be produced in SPECNET. Cost estimates will be
prepared using the Micro-Computer Aided Cost Estimating System
(M-CACES) Gold version or similar system. M-CACES software will be
provided. Design review responses will be provided on the Automated
Review Management System (ARMS). Use of the metric system of
measurement will be required under the proposed contract; however,
metric system experience is not a selection criterion and is not
required for selection. The estimated construction cost is between
$40,000,000 and $60,000,000. SELECTION CRITERIA: Criteria for
selection, in order of importance, are: Recent specialized experience
and technical competence of the firm (including consultants) in: (1)
Design of administration facilities with similar power, communications
and security and functional requirements. (2) Use of and familiarity
with the charrette process. (3) Building Commissioning. (4) Use of
automated design systems described above. (5) Energy efficiency, use of
recovered materials, waste reduction and pollution prevention in
facility design. (b) Professional qualifications and specialized
experience in providing services similar to those listed above of the
proposed team members (including consultants) in the following
disciplines: architecture; landscape architecture; interior design;
civil, structural, mechanical (HVAC and plumbing), electrical (power,
lighting, security and communications) and force protection
engineering. (c) Capacity to perform the work in the required time. (d)
Past performance on previous contracts with respect to cost control,
quality of work, and compliance with performance schedules. (e) Quality
control procedures and team organization, including consultants as
described in the Design Management Plan (see SUBMITTAL REQUIREMENTS).
The selected A-E firm must be able to provide designs that meet
guidance, criteria and quality standards without detailed review by the
District. The firm must also present a logical team organization that
provides an effective method of coordination and communication between
the individual team members as well as consultants. (f) Record of
architectural award winning designs. (g) Location in the general
geographic area of the project. (h) Extent of participation of SB, SDB,
and, if appropriate, historically black colleges and universities, and
minority institutions in the proposed contract team, measured as a
percentage of the estimated effort. (i) Volume of DOD contract awards
in the last 12 months with the object of effecting an equitable
distribution of DOD A-E contracts among qualified A-E firms. SUBMITTAL
REQUIREMENTS: Solicitation packages are not provided for A-E
contracts. This is not a request for proposal. Firms desiring
consideration must submit two copies of a combined SF 255 and separate
SFs 254 for prime and each consultant. To be considered, submittals
must be addressed as follows: U.S. Army Corps of Engineers, Omaha
District, CENWO-ED-C, ATTN: John M. Miller, 215 N. 17th Street, Omaha,
NE 68102-4978. Submittals must be received no later than 4:00 PM CDT
on August 17, 1998. In block 10 of the SF 255, provide the following:
(a) Design Management Plan (DMP). The plan should be brief and include
an explanation of the firm's management approach, management of
subcontractors (if applicable), specific quality control procedures
used and an organizational chart showing the inter-relationship of
management and various team components (including subcontractors). (1)
A list of architectural design awards from major professional
organizations and government agencies received by the firm within the
past five years. (2) The firm's past performance and familiarity with
the charrette process through use of in-house staff or consultant.In
block 7 of SF 255 include team member's experience in participating on
interactive conceptual design teams (charrettes). In block 3 of SF 255
provide the submitting firm's number (six or seven digits) assigned by
the North Pacific Division, U.S. Army Corps of Engineers, for the
Architect-Engineer Contract Administration Support System (ACASS) and
the firm number for any consultants in block 6 of the SF 255. If
unknown, so state. To receive information on how to obtain an ACASS
number, call (503) 808-4591. Personal visits for this solicitation to
the Omaha District offices or the project site will not be scheduled.
Posted 07/16/98 (W-SN224421). (0197) Loren Data Corp. http://www.ld.com (SYN# 0023 19980720\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|