|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 15,1999 PSA#2475US ARMY ENGINEER DISTRICT, SEATTLE, PO BOX 3755, SEATTLE WA 98124-3755 C -- DESIGN OF WEAPONS STORAGE AREA AND CONVENTIONAL MUNITIONS
FACILITY, MALMSTROM AFB, MT SOL DACA67-00-R-0019 DUE 121699 POC
Contract Specialist Mary E Mitton (206) 764-6806 (Site Code DACA67)
WEB: http://www.nws.usace.army.mil/cntrct/,
http://www.nws.usace.army.mil/cntrct/. E-MAIL:
mary.e.mitton@usace.army.mil, mary.e.mitton@usace.army.mil. 1. PROJECT
INFORMATION: Provide Architect-Engineer (A-E) services for the design
of a Weapons Storage Area Complex at Malmstrom Air Force Base (AFB),
Montana. Services will include design of new storage, maintenance and
administrative facilities for conventional munitions, with an option
for design of new storage, maintenance and administrative facilities
for nonconventional munitions. The work may include, but not be limited
to, the preparation of design criteria documents, concept design, and
preparation of a request for proposal package for design- build
services. Construction support services may be included as an option.
Design will be in metric units. Cost estimates will be prepared in the
Corps of Engineers Computer Aided Cost Estimating System (M-CACES) or
similar software. Design drawings shall be produced in a format
compatible with Intergraph Microstation 32 V4.03 or higher.
Specification will be produced and prepared using Corps of Engineers
Military Guide Specifications, and prepared using SPECSINTACT. 2.
SELECTION CRITERIA: See Note 24 for a general description of the A- E
selection process. The selection criteria for this particular project
are listed below in descending order of importance (first by major
criterion and then by each sub-criterion). Criteria 1-5 are primary.
Criteria 6-7 are secondary and will only be used as "tie-breakers"
among technically equal firms. PRIMARY CRITERIA: 1. Demonstrated
Specialized Experience and Technical Competence of the firm in the
design of military facilities, particularly facilities for the storage
and maintenance of conventional and nonconventional weapons systems;
as well as familiarity with the structural requirements for blast
resistance, applicable safety requirements and security requirements,
including: a) Demonstrated knowledge of all current Department of
Defense, Air Force and other military requirements for the design and
construction of structures to resist the effect of blasts and
explosions; b) Demonstrated familiarity with the communications and
security systems required for the protection of weapons facilities from
unauthorized personnel; c) Demonstrated familiarity with quantity-
distance zones and other safety requirements for the siting and design
of those facilities; d) Demonstrated familiarity with the requirements
for the design and construction of facilities for the maintenance of
conventional and nonconventional weapons systems. 2. Professional
Qualifications and Experience of firm's proposed project staff and
consultants: a) Particularly in the project management, architectural,
civil, structural mechanical, electrical communications and fire
protection disciplines. Demonstrate that all lead personnel are
registered professionals in their respective disciplines and all
personnel possess a current Government Secret clearance or have the
ability to obtain such prior to the commencement of work on this
project; b) Demonstrated familiarity with standard Air Force and Corps
of Engineers regulations, design guidelines, requirements
andprocedures; c) Demonstrated expertise in the review and evaluation
of Environmental Assessments and Environmental Impact Statements and
incorporation of environmental concerns into designs; d) Demonstrated
experience in the use of automated systems such as CADD, M-CACES and
SPECSINTACT. 3. Past performance on other DoD contracts with respect to
quality of work, cost control and compliance with performance
schedules. 4. Capacity to accomplish the work in the required time. 5.
Knowledge of Malmstrom AFB and the geographic locality, including Base
design requirements and architectural themes. SECONDARY CRITERIA: 6.
Extent of participation of Small Businesses (SB), Small Disadvantaged
Businesses (SDB), Historically Black Colleges and Universities and
Minority Institutions, and HUBZone Concerns on the proposed contract
team; and 7. Volume of DoD contract awards to the prime A-E in the last
12 months. 3. CONTRACT INFORMATION: Architect- Engineer (AE) design
services for the design of Weapons Storage Area Complex at Malmstrom
Air Force Base (AFB), Montana in accordance with PL 92-582 (Brooks A-E
Act) and FAR Part 36 are required. Essential disciplines of the design
team for this project are architecture, civil, structural, mechanical,
electrical communications and fire protection engineering. Proposed
procurement will result in a fixed price contract. The estimated
construction value for features to be designed under the A-E contract
for the conventional munitions is $20 million. Design start and
completion dates are currently scheduled for 1 July 2000 and 31 January
2001, respectively. The estimated construction value for features to be
designed under the A-E contract for the nonconventional munitions is
$63 million. Design start and completion dates are tentatively
scheduled for 1 October 2000 and 30 September 2001, respectively. The
Standard Industrial Classification code (SIC) is: 8172. This
announcement is open to all businesses regardless of size. If a large
business is selected for this contract, it must comply with FAR
52.219-9 regarding the requirement for a subcontracting plan, or the
part of the work it intends to subcontract. The subcontracting plan
shall be submitted along with its fee proposal, if it is a large
business. For this procurement, a large business is a concern for which
the annual average gross revenue taken for the last three (3) fiscal
years exceeds $4.0 million. If a large firm chooses to subcontract, the
subcontracting goals for the Seattle District, US Army Corps of
Engineers which will be considered in the negotiation of this contract
are: (1) at least 50% of the total planned subcontracting dollars
should be placed with Small Business (SB) concerns, (2) at least 9% of
subcontracted dollars go to Small Disadvantaged Businesses (SDB), (3)
at least 5% to Women-Owned Small Businesses (WOSB's), and at least 1%
to HUBZone businesses. WOSB's may not qualify as SDBs for federal
contracts. The wages and benefits of service employees (see FAR 22.10)
performing under this contract must be at least equal to those
determined by the Department of Labor under the Service Contract Act,
as determined relative to the employee's office location (not the
location of the work). To be eligible for contract award, a firm must
be registered in the DoD Central Contractor Registration (CCR).
Register via the CCR Internet site at http://ccr.edi.disa.mil or by
contacting the DoD Electronic Commerce Information Center at
1-800-334-3414. Qualified firms desiring consideration shall submit one
copy of SF 255, including organization chart of key personnel to be
assigned to this project, current SF 254, and consultant's current SF
254's. In addition, the AE shall include an outline of both firm and
team-member experience on any prior projects of a similar nature to
this project. Street address and phone number for sending submittals
is: 4735 East Marginal Way South, Seattle, WA 98134-2385; phone (206)
764-6806. No additional project information will be given to A-E firms.
Phone calls are discouraged unless absolutely necessary. This is not a
request for proposal. Posted 11/10/99 (A-SN400030). (0314) Loren Data Corp. http://www.ld.com (SYN# 0018 19991115\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|