Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2002 FBO #0039
PRESOLICITATION NOTICE

C -- Architect-Engineers services for the FY04 MCA Barracks Complex, WSAAF, Project at Fort Drum, New York

Notice Date
1/8/2002
 
Notice Type
Presolicitation Notice
 
Contracting Office
US Army Engineer District, New York - Military, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
CBAEN-02-0008-0006
 
Response Due
2/11/2002
 
Archive Date
3/13/2002
 
Point of Contact
Edward Lew, 212-264-0154
 
E-Mail Address
Email your questions to US Army Engineer District, New York - Military
(edward.t.lew@nan02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Scope of Services required: Design services to prepare the design-build RFP for a whole barracks complex for Wheeler-Sack Army Airfield (WSAAF). The project is split into phases. Phase 1 is in the FY04 program and currently approved for A/E selection. The additional phase(s) have not yet been approved for A/E selection, but Phase 2 is programmed for FY05. It is the intent of the Government to award one A/E Contract for all Barracks Projects at Wheeler-Sack Army Airfield. Phase 1 will be the basic cont ract and all additional phases, when authorized, will be modifications to the basic contract.Phase 1 includes one junior enlisted barracks (238 PN and 270 rooms, approx. 100,000 GSF) with soldier community facilities, one brigade headquarters (approx. 15,0 00 GSF), two battalion headquarters (each approx. 19,000 GSF), a dinning facility (approx. 16,500 GSF) and three company operating facilities (COF) (each of which are approx. 10,000 GSF). Barracks includes living/sleeping rooms, semi-private baths, walk-i n closets and service area. The soldier community facilities include day room, bulk storage, activity rooms, etc, per the standard design. Install an intrusion detection system (IDS) in the company operating facilities. Supporting facilities include ele ctric service, water, sewer, telephone, cable TV, security and street lighting, fire protection and alarm systems, paving walks, storm drainage, information systems, and site improvements. Environmental landfill issues provide gas monitoring of a nearby c losed landfill. Site improvements include filling a sand borrow pit, removing WWII concrete range wall, and removal of buried tires, mattresses and other unknown debris. Access for the handicapped will be provided in the headquarters buildings, into the first floor administrative area of the COF?s and the soldier community facilities. Provide comprehensive building and furnishings related interior design services. Air Conditioning: 590 tons.Possible additional phase(s) are a continuation of the airfield master plan barracks complex. Additional phase(s) include a three story 240 room unaccompanied enlisted personnel housing (UEPH) (approx. 88,000 GSF) facility with a built-in soldier community building (SCB), a multi-purpose ball field, one Battalion hea dquarters (approx. 19,000), ten Company Operating Facilities (COF) (ranging from approx. 6,500 to 10,000 GSF), and associated roadways, drives and parking. Utilities (water sewer, electric and gas) will consist mainly of lateral connections to the Roadway s, or nearest service points. The main utilities along new roadways or existing or programmed under an ongoing project. In accordance with the new DA standards, junior enlisted barracks are authorized 34 GSM per PN, which includes soldier community areas . Under new standard, space is taken from the SCB areas and allocated to the barracks rooms. As a result, this provides additional living room space and meets the space criteria for E-5/6 personnel, justifying a single barrack room instead of two (under the old standard). Therefore, the number of rooms equals the number of personnel.Technical capability required: A/E services for the preparation of a design build RFP to include plans, specifications, analysis, reports, and cost estimates. AE services to support the project during the design build phase. Possible contaminated soil may be included. Topographic surveys and subsurface explorations will be included. The following specific abilities and disciplines are minimally required: Architectural, Civil , Electrical, Mechanical, Structural, Cost Estimating, Fire Protection Engineer, Surveying, Geo-technical, Environmental specialists, and Certified Industrial Hygienist. Firms must submit in their submission a plan for management of consultants, a plan f or successful quality control and how they will integrate all design disciplines. Special Qualifications: Experience with the design of military barracks. Des ign expertise in cold climates with heavy snow is essential, especially in the exterior building envelope, HVAC system and site work. It is preferred that the AE have experience with Design Charrettes and participating in Value Engineering sessions. It is preferred that the AE have experience with the preparation of design build RFPs. It is preferred that the A/E have experience working on active military installations. The A/E as part of his submittal will include an execution plan which delineates how the work will be accomplished. Submittals should include in Section 10 of SF 255 examples of design work on similar projects that demonstrates the re-use of construction materials to achieve waste reduction and energy efficiency. Responding firms should indicate their ability to access an electronic bulletin board and Dr. Checks via a Hayes or Hayes compatible modem, through an IBM compatible PC. Past experience with the Corp's M-CACES Gold Cost Estimating program, or the firm's capability to use the pr ogram is required. Production of drawings (CADD) must be accomplished in the latest version of Micro Station. Specifications and design analyses shall be prepared using MS Word 00. Plans and specifications will also be required in Electronic Bid Sets ( EBS), which requires specifications to be in Portable Document Format (.pdf) and all Contract design files to be provided in Continuous Acquisition and Life-Cycle Support (.cal) format. Cost estimates shall be accomplished in the latest version of M-CACES . An Architectural prime is preferred. Fire Protection Engineering services is required. The firm must identify a Licensed Fire Protection/Detection Specialist and Designer for this contract. The firm must have working knowledge with Military Handbook 1008C, a.k.a, MIL-HDBK-1008C, dated 10 June 1997, Fire Protection for Facilities, Engineering Design and Construction. The Services and Qualifications of Fire Protection Engineers are shown in Section 1.5 of the MIL-HDBK-1008C, and a reiterated here: M ajor projects require the services and review of a qualified fire protection engineer. In addition, projects which involve design or modification of fire detection, fire suppression, or life safety systems shall require the services and review of a qualif ied fire protection engineer. A qualified fire protection engineer shall be an integral part of the design as it relates to fire protection. This includes, but is not limited to, building code analysis, life safety code analysis, design of automatic dete ction and suppression systems, water supply analysis, and a multi-discipline review of the entire project. For the purposes of meeting this requirement a qualified fire protection engineer is defined as an individual meeting one of the following condition s:a)An engineer having a Bachelor of Science or Master of Science Degree in Fire Protection Engineering from an accredited university engineering program, plus a minimum of 5 years? work experience in fire protection engineering and must be a registered pr ofessional engineer (P. E.).b)A registered professional engineer (P.E.) who has passed the National Council of Examiners for Engineering and Surveys (NCEE) fire protection engineering written examination.c)A registered P.E. in a related engineering discip line with a minimum of 5 years? experience dedicated to fire protection engineering. Fire Protection criteria shall conform to the requirements of the MIL-HDBK-1008C; the National Fire Codes, published by the National Fire Protection Association (NFPA), sp ecifically NFPA 101, Safety to Life from Fire in Buildings and Structures, 2000 edition, except as modified within the MIL-HDBK-1008C; and portions of the Uniform Building Code (UBC), published by the International Conference of Building Officials, as spec ifically referenced within MIL-HDBK-1008C. Additional criteria includes portions of the Loss Prevention Data Sheets, published by Factory Mutual Engineering Co rporation (FM), as specifically referenced within MIL-HDBK-1008C. Closing date for submitting SF255: 30 days from the printed issue date of the advertisement. If this date falls on a Saturday, Sunday, or Holiday the closing date will be on the next busin ess day. Firms must submit their qualifications on 11-92 version of SF255 and SF254. SF254 should reflect the overall firms capacity, whereas, SF 255 should reflect only the personnel dedicated to the specific project referenced in the submittal. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted.If sub-consultants are to be utilized, a SF254 must be submitted for each sub-consultant. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted.(offerors must address the extent of participation of SMALL DISADVANTAGED BUSINESS concerns with their offer. SDB target participation Must be expressed as dollars and percentages of total SUBCONTRACTING value and a total Target for SDB participation. SDB targets will be incorporated and contractors will be required to report SDB participation . Offerors should describe how they derived S DB targets. Evaluation factors in descending order of importance:A. Primary Selection Criteria1. Specialized experience and technical competence in the type of work required.2.Professional qualifications necessary for satisfactory performance of required s ervices.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.Capacity to accomplish the work within the required time. 5. Knowledge of the locality and location in the general geographical area of The 10th Mountain Division at Fort Drum, NY provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encouraged to submit from any geographical area. 6. Sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and h armful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe and productive work environments. The evaluation will consider projects performed by the prime firm and consulta nts that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design.B. Secondary Selection Criteria 1. Extent of participation of small business concerns , veteran-owned small business concerns, service-disabled veteran-owned small business concerns, HUB Zone small business concerns, small disadvantaged business concerns, and women-owned small business concerns.2. Geographic Proximity in relation to locati on of Fort Drum, NY 3. Volume of work previously awarded to the firm by the Department of Defense with the object of effecting an equitable distribution among qualified A/E firm, including small business concerns, veteran-owned small business co ncerns, service-disabled veteran-owned small business concerns, HUB Zone small business concerns, small disadvantaged business concerns, and women-owned small business concerns.Approximate start date of contract: August 2002Approximate completion date of c ontract: February 2007 Estimated Construction Costs Phase 1: Approx. 40 to 45 million Estimated Construction Costs Phase 2: Approx. 30 to 35 million Small business concerns, veteran-owned small business concerns, service-disabled veteran-owned small business concerns, HUB Zone small business concerns, small disadvantaged business concerns and women-owned small business concerns. are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the max imum practicable extent with small and disadvantaged firms in accordance with Public Law 95-507. Firms that have not previously applied for New York District projects and firms, which do not have a current SF254 on file with the New York District, should submit two of the SF254 with this initial response to CBD announcement. Firms using consultants should submit copies of the SF254 for their consultants. .a) Notification of all firms will be made within 10 calendar days after approval of the Fina l selection. Notifications will not be sent after pre-selection approval. The notification will say the firm was not among the most highly qualified firms and that the firm may request a debriefing. b) The A/E?s request for a debriefing must be received by the selection chairperson within 30 calendar days after the date on which the firm received the notification. c) Debriefing(s) will occur within 14 calendar days after receipt of the written request.d) Copies of all SF 254's & SF 255's of all firms, who are not short listed, will be held for 30 calendar days after notifications are sent out. Three (3) copies of the submittals should be sent to Ms. Willien Cunningham, CENAN-EN-M, Room 2037, 26 Federal Plaza, New York, NY 10278, (212) 264-9123
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Engineer District, New York - Military CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN20020110/00012570-020109090513 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.