Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 5, 2001 PSA #2991
SOLICITATIONS

C -- DESIGN OF THE NEW COMMAND AND GENERAL STAFF COLLEGE, FORT LEAVENWORTH, KS, FOR THE KANSAS CITY DISTRICT, US ARMY CORPS OF ENGINEERS

Notice Date
December 3, 2001
Contracting Office
US Army Engineer District, Kansas City-Military, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
ZIP Code
64106-2896
Solicitation Number
DACA41-02-R-0003
Response Due
January 9, 2002
Point of Contact
Pamela Wellons, 816-983-3802, FAX 816-426-5169
E-Mail Address
US Army Engineer District, Kansas City-Military (pamela.s.wellons@usace.army.mil)
Description
1. CONTRACT INFORMATION: Architect and engineering services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for design of the new Command and General Staff College at Fort Leavenworth for the Kansas City District, U.S. Army Corps of Engineers. Design is anticipated to start February 2002 with completion by September 2003. 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 on the work subcontracted. The subcontracting goals for the Kansas City District are as follows: a minimum of 61.4% of the contractor's intended subcontract amount placed with small businesses (SB), 9.1% placed with small disadvantaged businesses (SDB), 5% placed with women-owned small businesses (WOSB) and 3% placed with service-disabled veteran-owned small businesses. The subcontracting plan is not required with this submittal. The small business standard for this effort is based on the average annual receipts of the concern and its affiliates for the precedin g three (3) fiscal years. A business is small for this effort if its average annual receipts do not exceed $4.0 million. The wages and benefits of service employees (see FAR 22.10) performing under these contracts 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://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-800-227-2423. 2. PROJECT INFORMATION: Included are studies, design and preparation of plans and specifications and services during construction in support of the new Command and General Staff College, Fort Leavenworth, Kansas. The project consists of construction of an automated instruction building, approximately 350,000 SF, that houses classrooms, administrative space, auditoriums, distance learning facilities, secure facilities, etc. Extensive site and foundation work is anticipated. The facility will include state -of-the-art electronics, connecting the facility internally and with other buildings at Fort Leavenworth and other locations. The electronic systems must also be designed to facilitate future changes or additional requirements. Additionally, intrusion detection systems, electronic access controls and similar electronic systems will be required. Building commissioning is included. Modified Classroom XXI criteria will be used for the classrooms. 'Army After Next' requirements will be incorporated. Dem olition of the existing Command and General Staff College, Bell Hall, is part of the project. The design will be required to meet Sustainable Project Rating Tool (SPiRiT) Bronze level at a minimum. The Sustainable Project Rating Tool is derived from The U . S. Green Building Council LEED 2.0 (Leadership in Energy and Environmental Design) Green Building Rating System TM. The design will be done in metric. Force protection will be a part of the design. A comprehensive interior design will be required. ON E SITE VISIT WILL BE HELD IN MID-DECEMBER. Interested parties must contact the technical POC listed below for details on time and location. NO SEPARATE MEETINGS WITH INDIVIDUAL AE FIRMS WILL BE HELD BY THE DISTRICT OR FORT LEAVENWORTH. Estimated construction costs are over $20 million. 3. SELECTION CRITERIA: See Note 24 for a general description of the AE selection process. Selection criteria are listed in order of importance unless otherwise stated. Criteria a-e are primary. Secondary criteria, f, g and h, will only be used as tie-break ers. a. Specialized experience and technical competence. (1) Experience in design and preparation of plans and specifications for state-of-the-art electronic college level academic facility that includes classrooms, distance learning facilities, auditoriums and associated spaces as outlined in paragraph 2 above. (2) Experience with designing flexible, comprehensive information technology systems in support of college level facilities that address internal and external communication requirements as well as distance learning requirements. (3) Experience with application of force protection requirements in structural, architectural, mechanical and electrical systems. Electronic security measures are included in this factor. (4) Experience with Classroom XXI requirements. (5) Experience in sustainable design, using either the Sustainable Project Rating Tool or LEED Green Building Rating System. (6) Experience in design of large auditoriums/theaters, to include acoustics and audio-visual requirements. (7) Quality management procedures. Describe the firm s quality management procedures (address in block 10 of SF 255). The evaluation will consider quality control coordination between disciplines and subcontractors, quality control procedures (type and ti ming of reviews, reviewers, etc.). A detailed quality control plan is not required with this submission but will be required subsequent to award of a contract. (8) Experience in preparing drawings in two and three-dimensional format fully compatible with current versions of AutoCad (address in block 10 of SF 255). b. Professional capabilities: Qualified professional with registration of lead designers in the following key disciplines: Architects, Electrical, Information Systems, Civil, Structural, Mechanical, Geotechnical, Interior Design, and Certified Industrial H ygienist. Qualifications of the project manager shall also be provided. The evaluation will consider education, training, registration, and overall and relevant experience. A matrix showing lead designer experience on the projects listed in block 8 will be provided. (Equal to Past Performance.) c. Past performance on government contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from references, other sources, and ACASS. (Equal to Professional Capabilities.) d. Knowledge of local conditions within the Fort Leavenworth and Greater Kansas City area, specifically regarding climatic conditions, local construction methods and local construction climate impact on cost estimating. e. Capacity to initiate designs and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in key disciplines. f. Geographic proximity. g. Volume of DOD contracts awarded in the last 12 months to the prime A-E firm. Firms should cite all contract numbers, award dates and total negotiated fees for any DOD contract awarded within the last 12 months. Include delivery orders awarded your firm by DOD agencies within the last 12 months under indefinite delivery type contracts. Modifications to contracts or task orders that were awarded prior to the last 12 months need not be listed. h. Extent of participation of SB (including WOSB), SDB, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the total contracted effort. 4. SUBMITTAL REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of SF 255 (11/92 edition) to the address listed below not later than close of business 9 Januar y 2002. Each firm/consultant listed within the SF255 must have a current SF 254 (submitted within the last 12 months) on file with the Corps of Engineers, or one must be submitted with this package. In Block 10 also indicate the estimated percentage involv ement of each firm on the proposed team. Solicitation packages are not provided. This is not a request for proposal. Submit responses to: U.S. Army Corps of Engineers, Attn: CENWK-CT-C/Murray, 760 Federal Building, 601 E. 12th Street, Kansas City, Missouri, 64106-2896. 5. QUESTIONS: Questions of a technical nature should be addressed to Christine Hendzlik (816) 983-3269 and those of an administrative nature to Pamela Wellons, Contract Specialist (816) 983-3802.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20011205/CSOL005.HTM (D-337 SN5141Y7)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on December 3, 2001 by Loren Data Corp. -- info@ld.com