Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 11,1999 PSA#2259

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

C -- AMMO HOLDING AREA -- FORT BRAGG, NORTH CAROLINA SOL DACA21-99-R-0008 POC Charles Grainger (Technical Questions)912/652-5642; Linda Elliott (Contractual Questions)912/652-5076 WEB: Corps of Engineers, Savannah District, Contracting, http://www.usace.army.mil. E-MAIL: Linda G. Elliott, linda.g.elliott@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 an Ammunition Holding Area (AHA) Facility. The A-E will be required to provide (basic contract) concept design and (option one) preliminary, final design, services during construction and shop drawing review services. This will be a firm fixed price contract. The contract is anticipated to be awarded in February 1999 and completed in September 2001. The estimated construction cost range is $10,000,000 to $15,000,000. 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 asa 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 Ms. Linda Elliott, Contract Specialist, at 912/652-5076. **** 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 an Ammunition Holding Area (AHA) Facility. The project includes three Box-Type F (Navy) magazines and three concrete oval-arch covered magazines to store the basic-load ammunition; three district covered areas for breaking down, rehabbing, issuing, packing and rigging ammunition for air drop; an on-site G-12 parachute storage building; an area for temporary holding of rigged ammunition platforms and airland 463L pallets; an access control and dispatch office; latrines; information systems; and physical security measures. Installation of an Intrusion Detection System (IDS) is required. Energy Monitoring and Control Systems (EMCS) is required. Supporting facilities include utilities; electric service; paving, walks, curbs and gutters; storm drainage; security lighting and fencing; earthwork; erosion control and water quality measures; environmental protection; information systems; and site improvements. Architect-Engineer services during construction (shop drawing review and field visits) may be required. All CADD design files must be originated in Bentley's Microstation SE and in compliance with the Tri-Service AEC Standard as applied by the Savannah District. The Savannah District AEC Standard will address naming convention, cell libraries, line styles, etc. and items specific to each design. **** 3. SELECTION CRITERIA: See Note 24 for general A-E selection process. The selection criteria are listed below in descending order of importance. Criteria a-e is primary. Criteria f-g is secondary and will be used as "tie-breakers" among technically equal firms. **** a. Specialized experience and technical competence in: (1) Originating design in Bentley's Microstation SE. Provide discussion of this experience in Block 10 of SF 255. (2) Design of projects that include ammunition storage magazines. (3) Design of industrial type storage and material handling/assembly buildings. (4) Design of projects that include IDS and EMCS. **** 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 staff in the following disciplines: architectural, civil, structural, mechanical, fire protection and electrical engineers and topographic surveyors. 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 to geological features, environmental and climatic conditions and local construction methods used on projects in the general geographical area of this project. **** f. Degree of participation of SB, SDB, WOB, HBCU or MI as prime contractor, subcontractor or joint venture partner. ***g. 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-ES (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. This is NOT a REQUEST for a PROPOSAL. Posted 01/07/99 (W-SN286077). (0007)

Loren Data Corp. http://www.ld.com (SYN# 0018 19990111\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page