Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2003 FBO #0496
SOURCES SOUGHT

C -- DESIGN OF COSCOM BARRACKS COMPLEX

Notice Date
4/8/2003
 
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-0040
 
Archive Date
7/2/2003
 
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 ****Technical Point of Contact is Charles Grainger at 912-652-5642; Contractual Point of Contact is Nina Jodell at 912-652-5465 and SF254/255 information contact Lucie Hughes at 912-652-5645. Responses due (SF254/255) by 4:30 p.m., 9 May 2003 see Number 4. SUBMISSION REQUIREMENTS: **** 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualificatio ns for the required work. A-E services are required for site investigation, concept design, final design, and construction phase services for the subject project. The A-E will be required to prepare plans, specifications, design analysis, and cost estima tes. North American Industrial Classification System code is 54133, which has a standard size of $4,000,000.00, in average annual receipts. This announcement is open to all businesses regardless of size. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded in July 2003 and design completed by January 2005. The contract will have an option item for designing Phase II which will include 44,664 SF of 128 barracks spaces with community areas, a 11,777 SF company operat ions building, a 16,006 SF battalion headquarters building, a 18,185 SF group headquarters building, and a 35,154 SF command headquarters building. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requiremen t for a subcontracting plan on that part of the work which it intends to subcontract. 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 DISADVANTAGE D BUSINESS (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 SM ALL 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 DD. The plan is not required with this submittal, but will be required with the fee proposal of the fi rm selected for negotiations. For additional information, please contact Gwen Parker at (912) 652-5340. 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 ht tp://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. ** NOTES: (1) While the Savannah District 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: Phase I of this project is a whole barracks renewal complex to include 77,600 SF barracks with community areas, 21,000 SF dining facility, 16,857 SF Group headquarters, and five 77,931 SF 2-story battalion headquarters with classrooms (4 large and 1 medium). Barracks (200 PN) include living/sleeping rooms, semi-private baths, walk-in closets, storage, washer and dryer connections, and service areas. Soldier community areas will include dayroom, television room, storage, and service areas. In addition, this project will inc lude installation of an energy monitoring and control system (EMCS); a detection system (IDS); and an automatic sprinkler system. Force protection and antiterrorism measures should include but not be limited to structure hardening and laminated glass in al l windows. Supporting facilities include utilities; electric service; steam and chilled water distribution (for admin buildings only); fire protection and alarm systems; asphalt paving, sidewalks, curbs, and gutters; road improvements; access roads; storm drainage; erosion control measures; underground retention ponds; information systems; site accessories; anti-terrorist/force protection measures; and site impro vements. Demolition will include the removal of underground fuel tanks, asphalt pavement, sidewalks, water pipes, sanitary sewer pipes, storm drainage, and a grease rack. Comprehensive interior design services are required. Access for the handicapped will be provided. The ratio of supporting facilities to primary facilities is above normal due to large amounts of cut & fill, retaining walls, and underground detention for storm drainage. The estimated construction cost of this project is between $40,000,000 and $45,000,000. 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 listed below in descending order of importance (first by major criter ia 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 technical competence in (1) Design of similar multiple building ty pe projects and barracks/dormitories/housing type projects, (2) Force protection considerations, (3) Producing quality designs based on evaluation of a firm's design quality management plan (DQMP). The evaluation will consider the management approach, coor dination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm and any significant subcontractors on similar projects. (4) 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 harmful substances in facilities construction and operation; efficiency in resource and materia ls utilization; development of healthy, safe and productive work environments, and employing the SPiRiT/LEED evaluation and certification methods. (5) Accuracy in construction cost estimating and preparation of estimates using MCACES software. ** b. Past p erformance on DOD and other contracts with respect to quality of work, compliance with performance schedules and cost control as determined from ACASS and other sources. 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 December 2003 and complete the final design by January 2005. The evaluation will consider the experience of the firm and any consultants in similar projects, and the ava ilability 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 strength of each discipline, however, in Column 4. (B), IN-HOUSE PERSONNEL, only indicate the numb er 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 consultants in Column 4 (A). ** d. Professional Qualifications of key management and profess ional staff members in the following key disciplines: project management (architect or engineer), mechanical engineering, electrical engineering, fire protection engineering, industrial hygiene, architecture, structural engineering, civil engineering, inte rior design, and cost estimating. The lead engineer, architect, or designer in each discipline, with the exceptions of project management and cost engineering, 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 Fir e Protection Engineer whose principle duties are code compliance issues (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), H ubZone 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 subcontracting effort. All offerors are required to provide a na rrative 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 busin ess, 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 also include the offer or'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. SUBMISSION 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 each consultant (extr a 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 4:30 p.m., 9 May 2003. F IRMS 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 requ ired to submit a design Quality Assurance Plan concurrently with 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 t his 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 neces sary. ****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
SN00298738-W 20030410/030408213826 (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.