Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2004 FBO #0984
SOLICITATION NOTICE

C -- Firm Fixed Price (FFP) Contract for Design of the FY07/08 MCA PN-55627 Multipurpose Academic Building at the United States Military Academy, West Point, NY

Notice Date
8/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
FEDBIZOPS-04-217-0005
 
Response Due
9/3/2004
 
Archive Date
11/2/2004
 
Point of Contact
Scott Helmer, 212-264-9118
 
E-Mail Address
Email your questions to US Army Engineer District, New York
(scott.m.helmer@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6 and FAR 16.202. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. A-E services are req uired for site investigations, planning, engineering studies, concept design, final design (option) and construction services (option) for the subject project. North American Industrial Classification code is 541330, which is the size standard of $4,000,00 0 in average annual receipts. This announcement is open to all businesses regardless of size. Award date of this contract is expected in February 2005 with a design completion date in January 2007. 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 part of the work it intends to subcontract. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for the negotiati ons. The wages and benefits of service employees (see Far 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location ( not of the location of the work). To be eligible for a 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 Infor mation Center at 1-800-334-3414. 2. PROJECT INFORMATION: This project will provide an expanded and modernized operational environment for the chemistry, biology and physics academic programs and provide a location for the Photonics Research Center at the United States Military Academy at West Point, NY. The proj ect involves Building 757, the existing Cadet Library; this facility will be vacated, and moved to a new facility (under another project) except for an area that will house the Archives/Special Collections (under another project). The balance of the space in Building 757 will undergo a major renovation to meet the required program. Existing Chemistry laboratories in Building 753 will undergo selective renovation for use as physics and photonics laboratories. Special facilities include chemical storage and h andling, particulate air filtration and chemical vapor air handling, acid neutralization of wastewater, and re-circulating water-cooling for the laser facility. A conceptual set of floor plans with narratives for the Multipurpose Academic Building, which identified the size and space usage along with supporting utilities, was previously developed. This information will be utilized by the Architect-Engineer selected under this solicitation as a guide in development of the construction documents. The selecte d firm will be required to review and validate the planning and programming documents and maybe required to modify the concept or alternative solutions in coordination with the United States Military Academy, Army Corps of Engineers and other Federal/State agencies. Support facilities include mechanical and electrical upgrades, telecommunications, heating, ventilation and air conditioning (HVAC) upgrade, laser safety, fire detection and suppression system upgrades. Possible HAZMAT abatement (lead paint, asbestos. PCB? ?????s) will be required. Access for the handicapped will be provided. The historic architectural fa????ade and exterior features will be maintained. The A/E will also perform a seismic analysis of the structure per the latest Army criteria and provide for seismic upgrades to the facility. The facility will require Anti-Terrorism and Force Protection security measures. Comprehensive Interior Design and furniture related interior design will be provided, as well as interior furniture and fixtures. All interior and exterior signage will adhere t o the U.S. Military Academy Installation Design Guides. The estimated construction cost of this project is in between $25,000,000 and $100,000,000. An Architectural prime firm is preferred. 3. SELECTION CRITERIA: The selection criteria for this contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a - e are primary. Criteria f - h are secondary and will only be used as tie-breakers among firms that are essentially technically equal. Primary Selection criteria: a. Specialized experience and technical competence: 1. Demonstrated experience in planning and design of college/university level science laboratories, commercial, industrial and/or research and development science laboratories. 2. Demonstrated experience in working on a college/university level academic project. 3. Demonstrated experience of major renovation projects. 4. Design of projects in confined spaces/areas and experience in maintaining building operations while construction is on going. The project is located in the National Historic Landmark Cadet Zone; therefore, the A/E should have experience in masking or sc reening construction sites in context with existing construction. 5. Demonstrated experience in working on military installation projects 6. Demonstrated experience in seismic analysis of existing structures, according to TI 809-05, Seismic Evaluation and Rehabilitation for Buildings and experience in seismic mitigation design for existing structures. 7. Demonstrated experience in sustainable design using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduc tion or elimination of toxic and harmful substance in facilities construction and operation; efficiency in resource and material utilization; development of healthy, safe and productive work environments; and employing the SpiRiT and LEED evaluation and ce rtification methods. 8. Demonstrated ability to use Dr. Checks review system. 9. Demonstrated ability to produce Cost estimates using M-CACES. 10. The cost estimator and/or the subcontractor should demonstrate familiarity with the changing dynamics of the current construction market in the Tri-state New York Area with particular emphasis on the Mid-Hudson Valley Area of New York. 11. Demonstrated ability to produce drawings (CADD) in the latest versions of Microstation and/or AutoCAD. 12. Demonstrated ability to produce 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. 13. Demonstrated ability to prepare specifications and design analyses using the latest version of MS Word. 14. Demonstrated ability to produce plans and specifications in Electronic Bid Solicitation (EBS) format. 15. Demonstrated ability to provide specification sections in Portable Document Format, (.pdf) 16. Demonstrated ability to provide contract design files in Continuous Acquisition and Life-Cycle Support format, (.cal) b. Qualified personnel in the following key disciplines: 1. Principal 2. Project Manager 3. Architectural 4. Mechanical Engineering 5. Electrical Engineering 6. Telecommunications Engineering 7. Fire Protection Engineering (see requirements below) 8. Structural Engineering (see requirements below) 9. Civil Engineering 10. Topographic Surveying 11. Certified Industrial Hygienist 12. Quality Assurance Manager (based on the firms QA/QC Plan) 13. Geotechnical Engineering 14. Cost Estimating 15. Space Planners 16. Certified Interior Designer The evaluations will consider education, tr aining, registration, voluntary certificates, overall and relevant experience, and longevity with the firm. Senior project personnel are required to be licensed/registered. Additional disciplines may be submitted as required by the AE for this type/size project and will be evaluated as the above. Fire Protection Engineering: The Services and Qualifications of Fire Protection Engineers are shown in Section 1.6 of UFC 3-600-01, and are reiterated here: A qualified fire protection engineer shall be an integral part of the design as it relates to fir e protection. This includes, but is not limited to, building code analysis, life safety code analysis, design of automatic detection 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 conditions: i.) A registered professional engineer (P.E.) 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 engineer ing. ii.) A registered professional engineer (P.E.) who has passed the National Council of Examiners for Engineering and Surveys (NCEE) fire protection engineering written examination. iii.) A registered professional engineer (P.E.) in a related engineering discipline with a minimum of 5 years experience, dedicated to fire protection engineering that can be verified with documentation. Structural Engineering: Required to have experience in seismic analysis of existing structures, according to TI 809-05, Seismic Evaluation and Rehabilitation for Buildings and experience in seismic mitigation design for existing structures. c. Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules, as determined by ACASS and other sources. d. Capacity to accomplish the work within the required time. The evaluation will consider the availability of an adequate number of personnel in key disciplines for this project based on the AE??????s current workload. e. Knowledge of the locality and location of the firm or office within the general geographical area of U.S. Military Academy at West Point, NY provided that application of this criterion leaves an appropriate number of qualified firms, given the nature a nd size of the project. Note: Firms are encouraged to submit from any geographical area. Secondary Selection criteria: f. Extent of participation of Small business, Veteran-owned small business, service-disabled veteran owned small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Geographic proximity to USMA. h. 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 firms, including small business, Veteran-owned small business, service-disabled veteran owned small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions and firms that have not had prior DoD contracts. 4. SUBMISSION REQUIREMENTS: Interested prime firms having the capabilities to perform these services must submit five (5) copies of a comprehensive SF 330 (06/2004 edition), which includes all sub-consultants information. The SF 330 can be found on the following GSA web-site: http:/ /www.gsa.gov/Portal/gsa/ep/home.do?tabId=0 The forms can be downloaded in a .pdf file type. Each key office on the team should indicate a DUNS # in Block 4 of Part II of the SF330 Include the prime firms ACASS number in Block H, SF330. For ACASS information, call (503) 808-4590. Total submittal page limitation is 75 pages. Section E is limited to 40 pages. Section F is limited to 10 pages. Supplemental information on the SF330 is posted on the NY District USACE website: http://www.nan.usace.army.mil/ Submit the completed SF330s to US Army Corps of Engineers, NY District, 26 Federal Plaza, New York, NY, 10278, Room 2037. Attn: Ms. Maureen Smith, CENAN EN M. 212-264-9104. Submittals will not be accepted after 5:00 pm on the original response date shown in the advertisement in the FedBizOps. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day. Facsimile transmissions of the SF330 will not be accepted. For technical questions regarding this contract, contact Jefferey Friese at 845-938-2116 or e-mail: Jefferey.Friese@usace.army.mil If a Pre-Selection meeting is required, notifications will not be sent after approval of the pre-selection. Notification of all firms will be made within ten (10) calendar days after selection approval. In addition to the two (2) items listed above, the remaining info on Release of information on firm selection shall be in accordance with EFAR 36.607 Interviews (discussions) will be held with all the most highly qualified firms as required by FAR 36.602-3(c). All firms will be interviewed by the same method (telephone, video teleconference or in person). Firms will be given sufficient advance notice t o allow representatives to participate in the interviews or presentations. All firms will be asked similar questions. The questions will be related to the announced selection criteria including but not limited to, their experience, capabilities, capacity, organization, management, quality control procedures and approach for this project.
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN00636885-W 20040806/040804212240 (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.