COMMERCE BUSINESS DAILY ISSUE OF MARCH 22, 2001 PSA #2813
SOLICITATIONS
C -- ARCHITECT-ENGINEER SELECTION FOR DESIGN AND CONSTRUCTION SUPPORT SERVICES FY03 MCAF PN PQWY 90-3001R1 TO ADD TO AND ALTER MISSION SUPPORT CENTER, MCCHORD AFB, WA
- Notice Date
- March 20, 2001
- Contracting Office
- US Army, Corps of Engineers, Seattle District, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- DACA67-01-R-0212
- Response Due
- April 27, 2001
- Point of Contact
- mary.e.mitton@usace.army.mil
- E-Mail Address
- Contract Specialist (mary.e.mitton@usace.army.mil)
- Description
- 1. CONTRACT INFORMATION: Architectural and engineering (A-E) services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for the design of Phase I and Phase II (optional) to add to and alter the Mission Support Center, Building 100, at McChord AFB, WA. Construction phase services (optional) may be required for the subject project. A firm fixed-price contract will be negotiated as a result of this procurement. The Standard Industrial Classification (SIC) Code has been replaced by the North American Industry Classification System (NAICS) Code. The NAICS code for architectural services is 541310, which is matched to SIC code 8712. The NAICS code for engineering services is 541330, which is matched to SIC code 8711. Project is open to both large and small business concerns. If you are a large business and your proposal will exceed $500,000, you will be required to submit a subcontracting plan. If a large business chooses to subcontract, it is recommended that 55% of the total planned subcontracting dollars be placed with small business (SB) concerns. It is further recommended that 1.5% of the subcontracted dollars go to HUBZone concerns, 9.5% to Small Disadvantaged Business (SDB), 5% to Women-Owned Small Business (WOSB), and 3% to Veteran-Owned Small Business (VOSB). For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $4 million. 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://www.ccr2000.com or by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423. For additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mil/. 2. PROJECT INFORMATION: The Mission Support Center, Building 100, at McChord AFB, WA is a historical building and subject to the National Historic Preservation Act of 1966 as amended. Services will include the design of a new and a renovated part of the building with efficient space utilization, adequately configured to consolidate Wing, Group, Headquarters and community support functions, and use of sustainable design principles. Work includes demolition of non-structural interior partitions and other facility components, construction of new partitions and facility components, installation of fire suppression and detection systems, seismic upgrade to current code, utilities, electric service, heating, ventilation, fire protection, and communication and information systems, elevators and provision for disabled persons. Work also includes anti-terrorist/force protection physical security in compliance with Department of Defense (DoD) minimum construction standards, site improvements, lighting, parking, storm drainage, and asbestos and lead-based paint removal. Work will also be in accordance with the Secretary of Interior's Standard for Rehabilitation Guidelines for repairing historical buildings and requirements of the State Historical Preservation Office. The work may include, but is not be limited to, the preparation of 30% preliminary, 60% interim (optional) and 100% final (optional) design documents including technical specifications, design analyses, cost estimates and other necessary products and services. The schedule of the project is critical and the preliminary design, including government review, shall be completed within 3-4 months of contract award and final design, including government review, shall be completed within 4-6 months of preliminary design approval. Design start date is tentatively scheduled for 30 July 2001. Preparation of a request for proposal (RFP) for design-build services may be required. Comprehensive interior design will be required and architectural perspectives may be required. The A-E will also be required to perform site investigations and participate in conferences and meetings; review construction lessons-learned from previous projects; as well as participate in value engineering assessments, and over-the-shoulder on-board and formal design reviews. The A-E may also be required to conduct design charrettes. Construction support services may be included as an option. Design will be in US units of measure. Cost estimate will be prepared in the Corps of Engineers Computer Aided Cost Estimating System (M-CACES Gold). Design drawings will be produced in a format (AUTO CADD) compatible with Intergraph Microstation 32 V4.03 or higher. Specifications will be produced and prepared using Corps of Engineers Military Guide Specifications and using SPECINTACT. The project will require the full range of technical architectural and engineering disciplines and expertise. It is possible that the project may be inserted into the FY02 Military Construction (MILCON) program. The construction cost limitation (CCL) for features to be designed under the Phase I A-E contract is $13,167,900. The CCL for Phase II is currently $12, 488,300. 3. SELECTION CRITERIA: See Note 24 for a general description of the A-E selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through f are primary. Criteria g through h are secondary and will only be used as "tie-breakers" among technically equal firms. PRIMARY CRITERIA: a. Specialized experience and technical competence of the A-E firm and consultants in the types of work required, particularly design of military administrative facilities, specifically: 1) Familiarity with the functional and space requirements for Air Force Wing, Group, Headquarters and community support functions and personnel. 2) Knowledge of current DoD, Air Force Air Mobility Command and other military requirements for design and construction of Wing, Group, Headquarters and community support facilities. 3) Familiarity with site development, force protection/anti-terrorist and security systems required for protection of Air Force facilities from unauthorized personnel. 4) Familiarity with mechanical heating, ventilation, energy conservation, direct digital control, electrical, communications and other engineering requirements of Air Force and McChord AFB administrative facilities. 5) Familiarity with Air Force and Corps of Engineers regulations, guidelines, requirements, criteria and procedures relative to Invitation for Bid (IFB) or Request for Proposal (RFP) design projects and RFP design-build projects. b. Professional qualifications and experience of the A-E firm's staff and consultants to be assigned to this project, that are necessary for satisfactory performance of required services, specifically: 1) Expertise in project management, architectural, civil, structural, mechanical, electrical, communications, fire protection and cost engineering. Also included is interior design and historic preservation. All lead personnel are registered professionals in their respective disciplines. 2) Working knowledge of the Secretary of the Interior's Standards for Rehabilitation. A qualified historic preservation architect (HPI) is required, with experience in preservation projects as the person's main practice for a minimum of two years. 3) Expertise in asbestos and lead-based paint surveys and hazardous material removal and review and evaluation of Environmental Assessments and Environmental Impact Statements and incorporation of environmental concerns into designs and ability to coordinate technical information from other agencies such as the Environmental Protection Agency. 4) Experience in the use of automated systems such as CADD, M-CACES and SPECSINTACT. 5) Ability to provide various construction support services to include evaluation of contractor designs, review and recommendation of material submittals, provisions for random construction inspection and design of contract modifications beyond the original scope of design services. Ability to coordinate with other government agencies to obtain necessary permits, formal inspection and final government acceptance. c. Capacity of the A-E firm and consultants to accomplish the work in the required time. The schedule for this project is critical. d. Knowledge of the geographic locality of the work to be performed. e. Past performance on Department of Defense and other contracts with respect to cost control, quality of work, and compliance with performance schedules. f. Sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; reduction or elimination of toxic and harmful substance in facilities construction or operation; efficiency in resource and materials utilization; and development of healthy, safe and productive work environment. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of key personnel that demonstrate their experience and training in sustainable design. SECONDARY CRITERIA: g. Extent of participation of small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the total anticipated effort. h. Location of the A-E firm and consultants in the general geographic area of the project. i. Volume of Department of Defense contract awards to the prime A-E in the last 12 months as described in Note 24. Considerations may include: (1) ACASS retrievals; (2) Current workload as listed in Block 9 of the SF 255. Equitable distribution of work among A-E firms, including minority-owned firms, SB and SDB participation, and firms that have not had prior DoD contracts will only be considered when used as a "tie-breaker." 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit one copy of SF 255 (11/92 edition) and one copy of SF 254 (11/92 edition) for the prime firm and all consultants. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information call 503-808-4591. Mail or hand-carry submittals to the following address: U.S. Army Corps of Engineers, Seattle District, Attn: CENWS-CT-CB-MU, Mitton, 4735 East Marginal Way South, Seattle, WA 98134-2385. Submittals by facsimile transmission will not be accepted and will be considered non-responsive. This is not a request for proposal.
- Web Link
- Seattle District, Corps of Engineers, Contracting Page (http://www.nws.usace.army.mil/ct/)
- Record
- Loren Data Corp. 20010322/CSOL002.HTM (W-079 SN50G825)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on March 20, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|