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