Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2005 FBO #1469
SOLICITATION NOTICE

C -- This is a combined synopsis/solicitation for Request for Qualifications for A-E Services.This procurement is set-aside for small business.

Notice Date
12/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
USPFO for Colorado, ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, CO 80011-9511
 
ZIP Code
80011-9511
 
Solicitation Number
W912LC-06-R-0002
 
Response Due
1/3/2006
 
Archive Date
3/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
CTS Commissioning Agent Selection Synopsis: The A-E Services for commissioning to be rendered by the Commissioning Agent (CA) are associated with the Colorado Army National Guards (COARNG) new Regional Training Institute (RTI), new Training Site (TS), and all ancillary facilities at Fort Carson, CO . Solicitation # W912LC-06-R-0002. The 160 acre Centennial Training Site (CTS) at Fort Carson, CO includes three primary phases. A Maneuver and Training Equipment Site facility, phase I was completed in 2003 and is located on the northern most portion o f the site. A Regional Training Institute complex, phase II and the Training Site Complex, phase III are planned as co-located facilities on the southern third of the site. Phase II is currently programmed in FY 2009 MILCON Future Years Defense Plan (FYD P) and phase III is in FY 2010 of the FYDP. The RTI phase includes an Officers Candidate School (OCS) and a Guard Facility along with the primary RTI function. The extension of primary infrastructure elements including roads and utilities will take place during this phase. The Training Site phase includes the Training Site Barracks Complex, the Site Headquarters Building, the Weapons Training and Simulation Building, and a Facility Maintenance Area. The RTI and Training Site phases are anticipated to be approximately 170,000 square feet and 200,000 square feet respectively. The CA will perform all Type A and B commissioning services during the design with the option for Type C commissioning services during the construction, building start up and warrant y periods. The COARNG is committed to commissioning the CTS and RTI to ensure that all systems are complete and functioning properly upon occupancy and the facility staff has adequate system documentation and training. Commissioning consists of participa ting in the design development to ensure building systems are given proper consideration from the efficiency, effectiveness, operational and maintenance perspectives (Type A and B Services); systematically documenting the performance of the building compon ents and system to insure installed IAW design (Type C Service option); and the functionally test of each component to verify and document proper operation through all modes and conditions (Type C Service option). As part of the Type A and B Commissioning Services, the CA will participate in all phases of design to include design reviews at the 35%/65%/95%/100% stages. The CA is expected to actively participate in the 10% Charrette that is intended to bring to the table major building system alternatives. This Charrette is anticipated to last a full week and will be conducted late March 2006. It is intended that both phases will be designed to a LEEDs gold sustainable level. Although the selected A-E will facilit ate the LEED design and documentation process, the CA can expect to participate in the development and execution of the LEED strategy. The CA is expected to accomplish all tasks necessary during design to ensure that the Additional Commissioning Credit (# 3) contained within Energy and Atmosphere Section (LEED-NC) is obtained. Additional Type C Commissioning services to be negotiated upon completion of design include but are not limited to: verifying facilitys staff training; validating and documenting building performance and operations; reviewing maintenance (O&M) documents f or completeness and included in the commissioning manual, by reference; responsibility for documenting all equipment and respective maintenance data into our maintenance master plan enterprise (called Facility Focus). The Selection Criteria for Type A and B Commissioning services, in descending order of importance, are as follows: (1) Past Performance (quality, time, responsiveness and budget); Provide examples of project specific work, including past and/or current pr ojects with the Department of Defense (DOD) and other Government Agencies and/or private industry. Provide recent ACASS Evaluations. Provide letters of evaluations and/or recognition by other clients. Include a Point of Contact with current telephone/fax numbers and e-mail address for each contract/project listed in SF330. (2) Location of office an d personnel that would provide the predominant percentage of commissioning services; (3) Availability of key personnel; (4) Experience commissioning training sites and conferencing facilities which include housing; (5) Experience commissioning LEED (New C onstruction or NC) rated/certified facilities; (6) Work at Fort Carson, work with the DOD and work on National Guard projects; (7) Interaction with major A-E firms in a new construction commissioning role. It is anticipated that this contract will be awar ded and the commissioning work will begin Late Feb 2006 to Early Mar 2006. Final design review efforts are scheduled to be completed by June 07. Those firms meeting the requirements described in this announcement and wishing to be considered by this office must submit Standard Form 330 (5 copies) and appropriate data and shall include a Taxpayer Identification Number (TIN) with their request no lat er than 2:00 PM on Tuesday , 3 January, 2006. Only Standard Forms 330 submitted for this project will be considered. No other action beyond submission of the standard forms is required or encouraged. Only responses received on the Response Date above wi ll be considered. Should the due date fall on a weekend or holiday, the forms shall be due the first workday thereafter. This is not a Request for Proposal. This procurement is 100% set aside for small business. For informational purposes, the small bu siness size standard is $4,000,000 in annual average gross revenues for the last three (3) fiscal years. A Request for Proposal (RFP) will be issued to the Top Ranked Firm as determined by the Selection Board(s) based upon the Selection Criteria and Inter views. All firms must be registered in the Central Contractor Registration (CCR) database prior to any award resulting from this announcement. Questions should be submitted via email only to the points of contact below. Address SF 330s to: CPT Keith A. Robinson, Contract Administrator, USPFO for Colorado, Mail Stop 66, 660 South Aspen Street, Building 1005, Rm 250, Buckley Air Force Base, Aurora, CO 80011-9551. Telephone: (720) 847-8680. Please place RTI/CTS Commissioning on envelope or in subject li ne of email. Alternate points of contact are Carlos Castillo: 720-847-8676 or Dane Johnson: (720) 847-8391. SF 330s may also be sent via email to keith.robinson@co.ngb.army.mil, carlos.castillo@co.ngb.army.mil or dane.johnson@co.ngb.army.mil.
 
Place of Performance
Address: USPFO for Colorado ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005 Aurora CO
Zip Code: 80011-9511
Country: US
 
Record
SN00943685-W 20051204/051202212026 (fbodaily.com)
 
Source
FedBizOpps 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.