Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2005 FBO #1361
SOLICITATION NOTICE

C -- SPACE TEST AND EVALUATION FACILITY (STEF), SCHRIEVER AFB, CO.

Notice Date
8/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-05-R-0038
 
Response Due
9/16/2005
 
Archive Date
11/15/2005
 
Small Business Set-Aside
N/A
 
Description
THIS PROJECT WAS PREVIOUSLY ANNOUNCED AND CANCELLED UNDER SOLICITATION NUMBER W9128F-05-R-0009 AND W9128F-05-R-0031, UNDER THE PROJECT TITLE SPACE WARFARE CENTER 1. CONTRACT INFORMATION: Architect-Engineer services are required for a Firm Fixed Price contract for preparation of Design/Build Requests for Proposals (RFPs), including charrette/concept designs, schematic designs, planning, programming, site investigati ons, surveying and geotechnical investigations, space planning, interior design, parametric and construction cost estimating, and other engineering services and construction phase services for the subject project. Construction phase services may include re view of contractor-prepared design documents, shop drawing and construction submittal reviews, site visits, technical assistance, commissioning support, and startup service assistance. This announcement is open to all businesses regardless of size. Final AE selection and award of the Phase 1 contract is anticipated in September 2005. If a large business is selected, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, 95-907, and 99-661. A mini mum of 50.9% of any subcontracting dollars shall be placed with small business (SB) concerns. At least 8.8% of total planned subcontracting dollars shall be placed with Small Disadvantaged Businesses (SDB) to include Historically Black College and Universi ty or Minority Institutions, 7.2% with Women-Owned Small Businesses (WOSB), 2.9% to HUB Zone small business firms (HubSB), 3% with Veteran-Owned Small Businesses (VOSB), and 0.5% with Small Disadvantaged Veteran-Owned Small Business (SDVOSB). Omaha Distri ct encourages small businesses to participate as prime and teaming with other small businesses. The North American Industry Classification Code (NAICS) is 541330, which has a size standard of $4,000,000 in average annual receipts over the past 3 fiscal yea rs. It is imperative that all small disadvantaged businesses contact their Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, neither a prime contractor nor a federal agency can receiv e credit for utilizing SDB contractors/subcontractors. The subcontracting plan is not required with this submittal. This project will be completed in phases. The FY07 phase is a $24.85M project, with a scope of 6387 SM. The FY08 phase will have a sco pe of approximately 5,100 SM and a Programmed Amount of approximately $19.7M. In addition, an FY09 phase is being considered. The selected firm will be utilized for all three (FY07-09) phases. 2. PROJECT INFORMATION: This project will be located at Schriever AFB, CO. The project includes computer simulation and operations centers, sensitive compartmented information facility (SCIF) areas, soundproof rooms, special-purpose areas, administrativ e offices, loading dock, storage space, remote mail facility, kitchenettes, and mechanical/electrical/electrical/communications support rooms for high reliability utility support. Other features are intrusion detection systems, fire protection and alarm systems, extensive communications backbone, and connection to the Base energy monitoring and control system. Supporting facilities include all associated utilities, access roads, parking areas, walks, storm drainage, communications duct bank, fencing, and other site improvements. All required antiterrorism and force protection (AT/FP) measures will be provided. The design team will utilize the Leadership in Energy and Environmental Design (LEED) Green Building Rating System. A LEED Score of 26 out of a p ossible 69 points is required for this project. Construction cost estimates will be prepared using the US Army Corps of Engineers' Computer Aided Cost Estimating System (M-CACES) (software provided by Government). Access for the handicapped will be provid ed. Comprehensive Interior Design (CID) services are required. Specifications will be produced in SPECSINTACT using Unified Facilities Guide Specifications (UFGS). Design review comments and their responses will be performed on US Army Corps of Engineers Review Management System ProjNet/Dr-Check s. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e is primary. Criteria f and g are secondary and will only be used as tiebreakers betw een technically equal firms. a. Specialized experience and technical competence of the firm and consultants in the following areas. Only experience that has occurred in the last five years should be included in the proposal. All projects cited shall identify design start/complete da tes as well as the project size (cost and scope). (SF 330, Part I, Section F) (1) Experience in the design of sensitive compartmented information (SCIF) facilities. (2) Experience in the design of innovative and architecturally complex computer facilities with requirements for highly reliable, redundant utility systems of a size equivalent to this facility. (3) Experience with the design and integration of extensive, robust, internal communication networks into building systems architecture. (4) Experience in the design of facilities with highly complex and innovative audio-visual and graphic display components integrated to support intelligence mission execution. (5) Familiarity with Department of Defense anti-terrorism/force protection (AT/FP) design criteria and construction standards. (6) Experience with Life Safety and fire protection design of computer facilities. (7) Experience with Sustainable Design or Green Building design concepts including energy efficiency, use of recovered materials, waste reduction, and pollution prevention, using the LEED evaluation and certification methodology. (8) Knowledge of the locality of the project including geologic features, environmental conditions, climatic conditions, local construction methods, and obtaining permits. b. Past performance on DoD and other contracts with respect to quality of work, cost control (maintaining the project construction cost below the Programmed Amount), and compliance with performance schedules. (Will be evaluated from ACASS information ob tained by the Omaha District Office) c. Professional personnel qualifications and specialized experience in facilities similar to the STEF for key design disciplines. Key disciplines that are required to be performed by registered and licensed professionals are: project management, SCIF faci lity planning, architecture, interior design, mechanical, electrical, fire protection, structural, civil, communications engineering, cost estimating, geotechnical, and land surveyor. The fire protection engineer shall be a registered professional engineer , have a minimum of 5 years experience dedicated to fire protection engineering, and one of the following: (1) have a degree in Fire Protection Engineering from an accredited university, (2) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection examination, or (3) be registered in an engineering discipline related to fire protection engineering. Evaluation of these disciplines will consider education, training, relevant experience in design of similar facilities, and longevity with the firm. LEED-Certified designers will be evaluated more favorably than those without certification. The availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the re quired schedule. (SF 330, Part I, Sections E & G) d. Work management: A proposed management plan shall be presented that includes an organization chart and addresses team organization, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of t h e prime firm and any of their significant consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. (SF 330, Part I, Section H, Item 1) e. Capacity to complete the charrette, first draft RFP, final draft RFP, and Ready to Advertise RFP by October 2006. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. (SF 330, Part I, Section H, Item 2) f. Extent of participation of SB, SDB, WOSB, S-DV, Hubzone, and, if appropriate, historically black colleges and universities, measured as a percentage of the total estimated effort compared to the goals identified in Paragraph 1 above. (SF 330, Part I, Se ction H, Item 3) g. Volume of DOD contract awards in the last 12 months. (SF 330, Part I, Section H, Item 4) 4. SUBMISSION REQUIREMENTS: a. Interested firms must submit three copies, each containing Parts I and II of the SF 330 information. Each copy shall be divided by tabs (dividers) separating Parts I and II, and tabs dividing the subsequent sections from each other (Note: Parts I, II, and Subsequent Sections are as defined in the SF330 Instructions). b. Include the firms ACASS number on the SF 330, Part 1, and Block B. On the SF 330, Part 1, Block C, provide the ACASS number for each consultant, if available. If your firm does not have an ACASS number, it can be obtained from the Portland District, Corps of Engineers ACASS database by calling (530) 808-4591. c. SF 330, Part I, Section H (Additional Information) shall contain the following information. (1) Item 1  Management Plan  Include the information requested in Paragraph 3c above. (2) Item 2 - Capacity to complete the work. Reference Paragraph 3e above. Provide a 1-2 page narrative discussing the capacity of the design firm to meet schedules, including adequacy of qualified personnel available and past experience in meeting tight d esign schedules. (3) Item 3 - Extent of participation of SB, SDB, WOSB, S-DV, Hubzone, and, if appropriate, historically black colleges and universities, measured as a percentage of the total estimated effort compared to the goals identified in Paragraph 1 above. (4) Item 4  Volume of DOD contracts within the last 12 months  Reference Paragraph 3g above. Provide a complete listing of all DOD projects designed within the last 12 months. This listing shall include all DOD projects performed within the last 12 mont hs, no matter what stage of design or the extent of design effort required. d. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Information regarding registration can be obtained on line at www.ccr.gov or through CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4725. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical l ocation. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dunn and Bradstreet at 1- 866-705-5711. e. Mailing address for submission: US Army Corps of Engineers, 106 South 15th Street, Omaha, NE, 68102, ATTN: Famane Brown, Solicitation Number W9128F-05-R-0038. Ms. Brown can be reached at 402-221-3116 and via Internet famane.c.brown@usace.army.mil. A ll technical questions should be directed to Mr. Larry Sand, (402) 221-4595. Solicitation packages are not provided. This is not a request for proposal. Submittals must be received no later than 1400 Central Time, 16 September 2005. Personal visits for th e purpose of discussing th is announcement will not be scheduled. Please check for updates to this announcement on our web site http://ebs-nwo.wes.army.mil.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00871758-W 20050818/050816212607 (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.