Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2005 FBO #1364
SOLICITATION NOTICE

C -- A-E Services for an Indefinite Delivery Contract with the U.S. Army Corps of Engineers, Mobile Dist., South Atlantic Div. in Support of the U.S. Army Medical Command (MEDCOM), Dept. of Defense (DOD), and other Federal Health Systems

Notice Date
8/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-06-R-0005
 
Response Due
10/13/2005
 
Archive Date
12/12/2005
 
Small Business Set-Aside
N/A
 
Description
POINT OF CONTACT FOR THIS ANNOUNCEMENT IS MR GEORGE V. POIROUX. SUBMIT QUESTIONS TO FAX 251 694-3626. A-E services are required for an Indefinite Delivery Contract (IDC) with the U.S. Army Corps of Engineers, Mobile District, South Atlantic Division in Support of the U.S. Army Medical Command (MEDCOM), DOD, and other Federal Health Systems. This contract will be primarily for Healthcare Planning and Architectural-Engineering design services. This announcement is open to all businesses regardless of s ize. The contract will be awarded for a term not to exceed a total of three years. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $6,000,000 over the three-year life of the contract. There is a possibility that multiple contracts may be awarded on this solicitation. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. The subcontracting goals for this contract are as follows: a minimum of 50.9% of the contractor's intended subcontract amount be placed with small businesses (SB), 8.8% be placed with small disadvantaged b usinesses (SDB), 7.2% be placed with women-owned small businesses (WOSB), 2.9% be placed with HUB Zone small business, and 0.5% be placed with Service-Disabled Veteran-Owned Small Business. If a large business firm is selected for this contract it will be required to submit a detailed subcontracting plan during contract negotiation. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals can not be met. A firm fixed price contract wil l be negotiated. The North American Industry Classification System (NAICS) code for this action is 541330. PROJECT INFORMATION: The selected firm must have capabilities for programming, planning and design of healthcare projects in the areas of: (1) Mast er Planning: Healthcare Planning; Space Evaluation and Programming; Military Construction (MILCON) Project planning for the expansions and renovations to existing medical facilities and new medical facilities; Medical Equipment Planning. (2) Assessment/Stu dies: code deficiencies; JCAHO deficiencies; Facility Condition Assessments; Environmental assessments; Economic Analysis of potential projects; Seismic evaluations. (3) Design of the expansions and renovations to existing medical facilities and for the de sign of new medical facilities and infrastructure systems. Design of new medical facilities typically is limited to the O&M Statutory Limitation of $750,000. (4) Construction Phase Services: construction phase services (submittal review, transition plannin g, commissioning, etc.); on site Quality Assurance inspections. The majority of the work will be located in the Continental United States; however, work may be located worldwide at locations as supported by MEDCOM/DOD/VA. SELECTION CRITERIA: The selectio n criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru D are primary. Criterion E is secondary and will only be used as tie-breakers among technically equal firms. A. Profess ional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines, with registration required where applicable: (1) Project Manager; (2) Architect (with at least ten years experience in the planning and/or design of healthcare facilities); (3) Health Care Planner (with at least 3 years experience in the use of the following systems  Medical Expense and Performan ce Reporting System (MEPRS), Center for Health Care Strategies (CHCS), Managed Care Forecasting and Analysis System (MCFAS), and M2 Information Systems; (4) Communication Specialist (Registered Communications Distribution Designer (RCDD); (5) Mechanical En gineer (with experience in medical gas systems); (6) Electrical Engineer; (7) Structural Engineer; (8) Fire Protection Engineer (four years experience with all current nationally recognized codes such as NFPA and IBC, with special emphasis on NFPA 101 Life Safety, and with at least two years experience in the design of sprinkler fire protection systems); (9) Civil Engineer; (10) Interior Designer (registered architect with specialized experience in interior design, registered interior designer or NCIDQ cert ified interior designer) with evidence of experience by both the firm and key personnel in comprehensive interior design, including space planning, pre-wired workstations, furniture specification, and knowledge of the acquisition process including applicab le FAR and funding limitations (impact of UNICOR, sole sourcing, etc on project planning); (11) Certified Industrial Hygienist; (12) Technical Writer; and (13) Cost Engineer or Estimating Specialist. (The firm's cost engineering specialist(s) must be certi fied by a professional firm, such as AACE, ICEC, PCEA, etc.) The professional qualification evaluation will consider education, registration, and relevant experience in the type work required and longevity with the firm. Resumes (Block E of the SF 330) mus t be provided for these 13 disciplines. In the resumes under Project Assignment, use the same discipline nomenclature as used in this announcement. B. Specialized Experience and Technical Competence in: (1) Master Planning for Health Care Facilities in the last five years from the date of this announcement; (2) Surveying medical facilities for NFPA 101 and related JCAHO deficiencies, and preparation of deficiency reports and equivalency studies; (3) Planning/programming of potential healthcare repair/constr uction projects; (4) Economic analysis for Health Care planning; (5) Functional review of layout of Medical Facilities; (6) Design of new medical facilities and the design for the expansion/renovation of medical facilities in the last five years from the d ate of this announcement; (7) Department of Defense Antiterrorism Standards for Buildings Unified Facilities Criteria (UFC), UFC 4-010-01; (8) Seismic evaluation and rehabilitation of buildings in accordance with FEMA 273 Guidelines for the Seismic Rehabil itation of Buildings and TI 809-05 Seismic Evaluation and Rehabilitation of Buildings; (9) Interior design of medical facilities; (10) Construction phase services; (11) Medical equipment planning ; (12) Evaluation of medical facilities within the last five years from the date of this announcement; (13) Preparing cost estimates utilizing MCACES estimating software. In Block H of the Standard Form 330 describe the firm's quality management plan, quality assurance, cost control (including designing to cost), c oordination of the in-house work with consultants, and prior experience of the prime firm and any significant consultant. C. Capacity to Accomplish the Work: The capacity to accomplish at least three (3) $300,000 individual task orders simultaneously. D. P ast Performance: Past performance with respect to cost control (including both control of design costs, and success in designing within the project's programmed funding), quality of work, and compliance with performance schedules. Evaluations will be based on established ACASS ratings and other credible documentation included in the SF 330. E. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses , women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed and bound paper copy of their SF 330 (Architect-Engineer Qualifications) to U .S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. George V. Poiroux, 109 St. Joseph Street, Mobile, AL 36602. SF 330 6/2004 edition must be used, and may be obtained from the Government Printing Office or from the following web site: htt p://contacts.gsa.gov/webforms.nsf/22f268ed0a398629852569a4006ed7cc?OpenView&Start=30. Include ACASS number in SF330 PART I, Section B, of Block 5. To obtain ACASS number, call the ACASS Center at 503-808-4591. A maximum of ten (10) projects including the p rime and consultants, will be reviewed in PART I, Section F. Use no more than one page per project. When listing projects in PART I, Section F an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. A task o rder executed under an IDC contract is a project. In Block G-26, along with the name, include the firm the person is associated. PART I OF THE SF330 SHALL NOT EXCEED 60 PAGES. All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 inches by 1 1 inches. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 1 1 inches and bound in the SF330 at the proper location. Blank sheets/Tabs separating the sections within the SF 330 will not count in the 60 page maximum for PART I. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. Submittals must be received no later than 3:00 P.M. Central Time on 13 October 2005. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal r ules in FAR 15.208 will be followed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. This is not a request for proposal. Solicitation packages are not provided. The A-E Evaluation Board (Selection Boa rd) is tentatively scheduled to commence on 17 October 2005. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contract will be conducted only for those firms considered most hi ghly qualified after submittal review by the selection board. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. Phone calls to discuss the solicitation are discouraged unless absolutely ne cessary. Personal visits for the purpose of discussing this solicitation are not allowed. To verify your proposal has been delivered, you may e-mail Mary Breland at: mary.f.breland@sam.usace.army.com. To be eligible for contract award, a firm must be regis tered with the Central Contractor Registration database. For instructions on registering with the CCR, please see the CCR Web site at http://www.acq.osd.mil/ec
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN00875064-W 20050821/050819212651 (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.