Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2003 FBO #0464
SOURCES SOUGHT

C -- Command & Control Center ? Fort Stewart, GA

Notice Date
3/7/2003
 
Notice Type
Sources Sought
 
Contracting Office
US Army Corps of Engineers, Savannah - Military Works, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
DACA21-03-R-0039
 
Response Due
4/8/2003
 
Archive Date
6/7/2003
 
Point of Contact
Elaine Radcliffe, (912) 652-5416
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah - Military Works
(elaine.p.radcliffe@sas02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Address SF 255/254 Questions to: Lucie M. Hughes at 912-652-5645 or email: lucie.m.hughes@sas02.usace.army.mil; Technical Questions to: James A. Landgraff or email: james.a.landgraff@sas02.usace.army.mil and Contractural Questions to: Nina G. Jodell at 912 -652-5465 or email: nina.g.jodell@sas02.usace.army.mil *** Please read Item 4. SUBMISSION REQUIREMENTS FOR mailing instructions. **** 1. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers requires the services of an Architect-Engin eer firm to prepare plans, specifications, design analysis, and cost estimates for the subject project. The A-E will be required to provide concept design, final design, and construction phase services. It is anticipated that this will be a firm fixed pric e contract for preparation for Invitation for Bid (IFB) documents. The contract is anticipated to be awarded in July 2003 and design completed in March 2004. ** This announcement is open to all firms regardless of size. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business goals on the SF 255, Block 6, by identifying subcontracting opportunities with small business. If selected, the large business offeror will be required to submit a Small Busi ness Subcontracting Plan in accordance with FAR 52-219.9 and DFARS 219.704/705. The following subcontracting goals will be considered in the negotiation of this contract: OF THE SUBCONTRACTED WORK, 57.2% TO SMALL BUSINESS; 8.9% TO SMALL DISADVANTAGED BUSIN ESS (A COMPOSITE OF SMALL BUSINESS); 8.1% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 3.0% HUBZONE SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS); 0% TO VETERAN OWNED SMALL BUSINESS, SEE NOTE 1; 3.0% TO SERVICE-DISABLED VETERAN-OWNED SMALL BU SINESS (A COMPOSITE OF SMALL BUSINESS). SEE NOTE 2.The smal1 business subcontracting plan will be evaluated in accordance with AFAR 19.7, Appendix CC. For additional information, please contact Gwen Parker at (912) 652-5340. To be eligible for contract aw ard, 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 1-800-334-3414. ** NOTES: (1) While the Savannah D istrict does not have a specific target for subcontracting with Veteran Owned small businesses, this must be addressed in any subcontracting plan. (2) Service-disabled Veteran Owned Small Business is a composite of Veteran Owned Small Business target. The SD/VOSB target must be included in the Veteran-Owned small business target. **** 2. PROJECT INFORMATION: A 105,000 SF secure Command and Control Center with emergency operations space, secure operations area, administrative areas, executive office areas, conference rooms, deployment storage, latrines and break area. The new facility will include raised flooring in a portion of the building, connection to the existing energy monitoring and control system, an emergency power generator, intrusion alarm syste ms, and secure and non-secure data information systems. Access by persons with disabilities will be provided. Supporting facilities include water, sewer, gas, and electric services; fire protection (including wet pipe sprinkler system); parking, access dri ves, sidewalks, storm drainage; and other site improvements, to include landscaping. Heating and air conditioning (approximately 230 tons) will be provided. Eight facilities will be relocated to clear the project site and 10 buildings (58,961 SF) will be demolished. One adjacent building?s exterior will be upgraded to insure architectural compatibility with the new Command & Control Center. Comprehensive interior design services are required. Anti-Terrorism/Force Protection measures will include standoff zone, reinforced exterior walls/doors/windows, perimeter barriers, and an access control system. This project has been chosen as a showcase for sustainable de sign with the goal of achieving a minimum Gold level of sustainable design features as measured through the use of Sustainable Project Rating Tool (SPiRiT). SPiRiT is a modified version of the U.S. Green Building Council LEED Green Building Rating System. The estimated construction cost range is $20,000,000.00 to $30,000,000.00. ** Cost estimates must be prepared using MCACES software. All design files must be delivered in the (*.dgn) format. All design files will be developed using the Tri Service AEC Standard as supplemented by the Savannah District instructions. The standards include naming convention, file and directory structure, line weights, levels, and color. **** 3. SELECTION CRITERIA: The selection criteria for this particular project are liste d below in descending order of importance (first by major criteria and then by each subcriterion). Criteria a-d are primary. Criteria e-f are secondary and will only be used as tie-breakers among technically equal firms. ** a. Specialized experience and te chnical competence in (1) Design of similar complex military operations facilities including significant security concerns, Force Protection considerations, and communications networks. (2) Producing quality designs based on evaluation of a firm's design quality management plan (DQMP). The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm and any significant subcontractors on similar projects . (3) Sustainable design using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency, use of recovered materials; waste reduction; reduction or elimination of toxic and har mful substances in facilities construction and operation; efficiency in resource and materials utilization; development of healthy, safe and productive work environments, and employing the SPiRiT/LEED evaluation and certification methods. (4) Accuracy in construction cost estimating and preparation of estimates using MCACES software. ** b. Past performance on DOD and other contracts with respect to quality of work, compliance with performance schedules and cost control as determined from ACASS and other so urces. Indication of favorable performance ratings, awards, and repeat clientele in Block 10 of SF255 is recommended. ** c. Capacity to submit the concept design (35% complete) by October 2003 and complete the final design by March 2004. The evaluation wi ll consider the experience of the firm and any consultants in similar projects, and the availability of an adequate number of personnel in key disciplines. Please disregard the **to be utilized** statement in Block 4 of the SF255 and show the total strengt h of each discipline, however, in Column 4. (B), IN-HOUSE PERSONNEL, only indicate the number of personnel located in the specific office submitting the SF255. All others, including personnel from branch offices in other locations, are to be indicated as c onsultants in Column 4 (A). ** d. Professional Qualifications of key management and professional staff members in the following key disciplines: project management (architect or engineer), mechanical engineering, electrical engineering, fire protection en gineering, industrial hygiene, architecture, structural engineering, civil engineering, interior design, and cost estimating. The lead engineer, architect, or designer in each discipline must be registered to practice in the appropriate professional field . The evaluation will consider education, certification, training, registration, overall and relevant experience, and longevity with the firm. The design team must include a Registered Fire Protection Engineer whose principle duties are code compliance i ssues (IBC, NFPA, OSHA, etc.). Block 7 must contain resumes for all required disciplines. ** e. Extent of participation of small business (SB) including small disadvantaged business (SDB), HubZone small business (HUBZone), Women-Owned Business (WOB), veteran owned business (VOB) and service-disabled veteran owned business (S/D VOB) measured as a percentage of the total estimated effort. All offerors are require d to provide a narrative discussion of their plan for using all types of small businesses to include small business, small disadvantaged business (including historically black colleges and universities/minority institutions), Hubzone small business, woman- owned small business, veteran-owned small business, and service-disabled veteran-owned small business. This narrative must include the specific goals for each type of small business and the offeror's plan for achieving these goals. The narrative must als o include the offeror's past and present corporate commitment to providing subcontracting opportunities and encouragement to all types of small businesses. ** f. Volume of DOD contract awards in the last 12 months as described in Note 24. **** 4. SUBMISSIO N REQUIREMENTS: See Note 24 for general submission requirements. Firms desiring consideration shall submit ONE (1) copy of SF255 (11/92 VERSION ONLY, WILL BE ACCEPTED) for prime, ONE (1) copy of SF254 (11/92 VERSION ONLY, WILL BE ACCEPTED) for prime and ea ch consultant (extra copies will not be kept), and a CD (Word or Adobe) of the entire submittal to the following address: U.S. Army Engineer District, Savannah, ATTN: CESAS-EN-ES (Sherry Turner), 100 West Oglethorpe, Savannah, GA 31401 not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. FIRMS MUST INCLUDE PRIME'S ACASS NUMBER in block 3b of SF255. For ACASS information, call (503) 808-4591. FACSIMILE SUBMITTALS WILL NOT BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Firms selected will be required to submit a design Quality Assurance Plan concurrently w ith their fee proposal. Information on what is to be contained in this plan will be furnished upon notification of selection. Firms responding to this announcement are requested not to transmit this plan with their SF255. In Block 10 indicate the estimated percentage involvement of each firm on the proposed team. Include an organization chart of the key personnel to be assigned to the project.****PHONE CALLS are DISCOURAGED unless ABSOLUTELY necessary. ****PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. THIS is NOT a REQUEST for a PROPOSAL. ***
 
Place of Performance
Address: US Army Corps of Engineers, Savannah - Military Works P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN00274014-W 20030309/030307213649 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.