Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 5, 2001 PSA #2865
SOLICITATIONS

C -- A&E SERVICES FOR DESIGN OF CONSTRUCTION OF THE 66TH AVIATION BRIGADE READINESS CENTER AT FT. LEWIS, GRAY AIRFIELD ARMY NATIONAL GUARD SITE, WA

Notice Date
June 1, 2001
Contracting Office
USPFO for Washington, Attn: Contracting Office, Bldg 32, Camp Murray, Tacoma, WA 98430-5170
ZIP Code
98430-5170
Solicitation Number
DAHA45-01-R-0001
Response Due
July 2, 2001
Point of Contact
Joanie Dobesh, Contracting Office, 253-512-8311
E-Mail Address
Click here to contract the contracting office via (Joan.Dobesh@wa.ngb.army.mil)
Description
Scope of work consists of Architect-Engineer Type A (Investigative and Concept), Type B (Design) and Type C (Construction Inspection) Services for the design of the 66th Aviation Brigade Readiness Center. Type A services include investigations, collecting data and other such fact finding studies necessary to support this design (geo-technical reports, structure, mechanical and electrical calculations, life cycle cost analysis, etc.) Type B services (Optional) shall include engineering calculations and analyses, complete design, statement of probable costs and construction contract documents completed in sufficient detail so as to be competitively bid by contractors. Type C Services (Optional) include all personnel, equipment and material necessary to prepare all material data and shop drawing reviews and compliance on-site inspection. This facility will be of permanent masonry type construction, with a single ply or sloped standing seam metal roofing system, concrete floors, cost effective and energy efficient mechanical and electrical equipment, an energy management system and an emergency power generator to provide limited backup will be incorporated into the design. The facility will consist of approximately 111,000 square feet consisting of a large open assembly area, classrooms, supply and storage areas, food service area, latrines and locker area and administrative areas. Included in the project are items such as sidewalks, vehicle parking and access roads, landscaping, exterior lighting, etc. Extension of natural gas, electrical, sanitary sewer, storm water management system, potable water and communication lines will be required. This acquisition is unrestricted as to business size. If a large business is selected to negotiate a contract, the firm will be required to submit an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with FAR 19.7 prior to award of the contract. Please state in Block 4, Page 4 of the SF 254 the size status of your firm. The subcontracting goals for this acquisition are: 75.6% to Small Business; 8.9% to Small Disadvantaged Business; 3% to Women Owned; 3% to Veteran Owned; and 2% to HUBZone Small Business. These percentages are applied to total amount of subcontracted dollars. To be eligible for award, a firm must be registered in the DOD Central Contractor Registration (CCR) database via the CCR Internet site at http://www.ccr2000.com or by contacting the DOD Electronic Commence Information Center at 1-800-334-3414. The estimated construction cost is over $10 million. The NAICS for this acquisition is 541310, Architect Services, $4 million annual average gross revenue for the last 3 fiscal years. Firms which meet the requirements descried in this announcement and wish to be considered for selection are invited to submit their current SF 254 and SF 255 to USPFO for Washington, ATTN: Contracting Office, Bldg 32, Camp Murray, Tacoma, WA 98430-5170. Submittals shall be received no later than 4:00 p.m. local time on 2 July 2001. Prospective A&E firms will be evaluated on the criteria listed below in relative order of importance. (1) Professional qualifications; disciplines should include Architectural, Structural, Mechanical Civil, Electrical, Environmental, Specialized Equipment Consultant. Principals, project officers, project architects and engineers shall be licensed in their appropriate disciplines. (2) Capacity to accomplish work in the required time. (3) Past Performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (4) Location highest rating will be awarded to firms within 50 miles of Camp Murray. (5) Volume of work awarded by DOD during last twelve months. The prime contractors' submittal must include a SF 254 and SF 255 for each of the consultants that will be used on this contract. This is not a request for proposal.
Record
Loren Data Corp. 20010605/CSOL004.HTM (W-152 SN50N6X9)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on June 1, 2001 by Loren Data Corp. -- info@ld.com