Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2005 FBO #1241
SOLICITATION NOTICE

C -- Firm Fixed Priced (FFP) Contract M-302. Design of the FY07/08/09 Hayes Gymnasium Renovation at the United States Military Academy, West Point, NY

Notice Date
4/18/2005
 
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-05
 
Response Due
5/20/2005
 
Archive Date
7/19/2005
 
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. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. A-E services are required for site investigations, planning, engineering studies, concept design, final design and construction services for the subject project. North American Industrial Classification Code is 541330, which is the size standard of $4,000,000 in average annual receipts. This announcement is open to all businesses regardless of size. A firm fixed price contract is expected to be awarded by August 2005 with a design completion date in September 2006. If a large business is selected for this contr act, 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 subcontracting goals for the New York District, which will be considered in the negotiation of this contract, a re: (a) at least 42.7% of a contractors intended subcontracted amount be placed with small business (SB); (b) at least 16.4% of a contractors intended subcontracted amount be placed with small disadvantaged businesses (SDB); (c) at least 5.5% of a contract ors intended subcontracted amount be placed with women-owned SB (WOSB); (d) at least 3% of a contractors intended subcontracted amount be placed with service-disabled veteran-owned SB; (e) at least 3% of a contractors intended subcontracted amount be placed with veteran-owned SB; and (f) at least 3.1% of a contractors intended subcontracted amount be placed with HUB Zone SB. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for the negotiations. 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 Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: This project is the design of the interior renovation of the Hayes Gymnasium at the U.S. Military Academy, West Point, NY. Construction will be phased over three years. The selected firm will be responsible for the entire design and the creation of a pha sing plan based on the funding constraints for each year and concept program developed by another firm. The selected A/E will be given a 30% design developed by another firm and will be required to verify/update the submission as part of this contract. T he Hayes Gymnasium is a historically significant structure built in 1910. The renovation will include the following: Demolition: Selective demolition on all floors will be required. A substantial amount of the demolition throughout the Hayes Gymnasium structure, including the wood floor and the bleachers, will be required due to the structural seismic upgrades and mec hanical system replacement. Basement: Construction of faculty offices, bio-feedback lab, bio-chemistry lab, sports psychology lab, bio-composition lab, and library/conference room for the Center of Physical Development. First Floor: Construction required due to the seismic upgrades. Second Floor: Replacement of HV system utilizing roof top units. The replacement of the ceiling, lighting, and electrical throughout to include the fire detection-suppression system, paging system, audio-visual system, and telecommunications. The repai r or replacement of the windows. Other work includes, upgrade of jogging track, addition of support beams for ropes and rings, divider curtains for gym courts and new b leachers, the cleaning and painting of interior brick fa?ade, new wood floor, wire mesh storage cages, new scoreboards, backstops, running track timing system, and obstacle course items. Stairways: Renovation of north and south stair towers including floors, walls, ceilings, handrails, and lighting. Seismic: Design of seismic upgrades to bring structure into compliance with current seismic code. Historical Preservation: The Guastavino vaulted tile systems contained in the stairwells are historically significant and must be maintained. The project includes the preparation of materials and participation in the presentation to the State Historical Preservation Office. Hazardous Material Abatement: Asbestos and lead abatement documents will be required. The design of this project needs to be coordinated with current renovations and the MCA project, the Arvin Gymnasium, under construction. The estimated construction cost of this project is more than ten million dollars. 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 through e are primary. Criteria f and g 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: The AE should indicate their capabilities and/or strengths in the following areas: (1) Experience in the design for the renovation of historic DoD/private facilities similar to this project and familiarity with TI-809-04 Seismic Design for Buildings. (2) Life safety and fire protection design. (3) Familiarity with designs in accordance with: UFC 1-200-01 Design: General Building Requirements, UFC 3-600-01 Fire Protection Engineering For Facilities, Uniform Federal Accessibility Standards (UFAS), Americans with Disabilities Act Accessibility Guid elines (ADAAG), and UFC 4-010-01, DoD Minimum Antiterrorism Standards for Buildings. (4) Design experience on USACE and military installation projects. (5) Experience with producing design drawings in a format fully compatible with Microstation 32 Version 4.0.3 and Autocad 2000i or higher. (6) 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; reduction or elim ination 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 certification methods. (7) Producing quality design based on evaluation of a firms design quality management plan (DQMP). The evaluation will consider management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm and any significant subcontractors on similar projects. Firms that are using multiple subconsultants or do not have full in house capability must clearly demonstrate how they will manage the project and insure quality control/quality assurance measures are adhered to. Prime firms must demonstrate how it plans for successful quality assurance and integration of all design disciplines. Include an Organizational chart of the key personnel to be assigned the contract (8) Experience with Dr. Checks Automated Comment Review system. Responses to design review comments will be provided using the Corps of Engineers Dr.Checks system. (9) Previous experience with 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 ha ve exp erience in masking or screening construction sites in context with existing construction. b. Qualified personnel in the following key disciplines: At a minimum the following disciplines are required to be identified in accordance with the SF330: Principal, Project Manager, Architectural, Mechanical, Electrical, Telecommunications, Fire Protection (see requirements below), Structural, Civil, Geotechn ical Engineer, Historical Preservation Specialist, Quality Assurance Manager (based on the firms QA/QC Plan), Cost Estimating, Space Planners and Certified Interior Designer. The lead architect or engineer in each discipline must be registered to practice in the appropriate professional field. The evaluations will consider education, training, registration, voluntary certificates, overall and relevant experience, and longevity with the firm of the key personnel Additional disciplines may be submitted as required by the AE for this type/size project and will be evaluated as the above. An organizational chart and a clear indication the teams roles and responsibilities are required. Relevant experience for the ma jor disciplines and/or lead personnel is required. Qualifications for 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 a s it relates to fire 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. F or 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 enginee ring. 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. Cost Estimators must have past experience with the Corps M-CACES Gold Cost Estimating System. In addition, the cost estimator and/or estimating subcontractor should have expertise and knowledge in the changing dynamics of the current construction market i n the Tri-state New York Area with particular emphasis on the Mid-Hudson Valley Area of New York. 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 AEs current workload to accomplish the design based on time fram es indicated in paragraph 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 businesses (including women owned businesses), small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total est imated effort g. Geographic Proximity to USMA, West Point h. Volume of Department of Defense A-E contract awards in the last 12 months, with the object of effecting an equitable distribution of DoD A-E contracts among qualified A/E firms, including Veteran owned small business and small disadvantaged business fir ms, Hub Zone small business and Woman owned small business concerns and firms that have not had prior DoD contracts. 4. SUBMISSION REQUIREMENTS: Interested prime firms having the capabilities to perform these services must submit three (3) 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 into 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 are posted on the NY District USACE Intranet website: https://intranet.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 4:00 pm on the original response date show n 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. All firms, except the most highly qualified (the top 3 firms), will be notified of their selection status within 10 calendar days after approval of the Final selection. Notifications will not be sent after pre-selection approval. Firms will have 10 cale ndar days from the date of the notification letter to request a debriefing. Within 10 calendar days after contract award, all remaining most highly qualified firms will be notified.
 
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
SN00790366-W 20050420/050418211842 (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.