Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 15,1999 PSA#2475

US 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