Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2006 FBO #1560
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY-TYPE (MECHANICAL/ELECTRICAL) CONTRACT, WALTER REED ARMY MEDICAL CENTER, WASHINGTON, DC BUT MAY BE USED THROUGHOUT THE NORTH ATLANTIC DIVISION

Notice Date
3/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-06-R-0023
 
Response Due
4/3/2006
 
Archive Date
6/2/2006
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: A-E services are required for the Directorate of Public Works, Walter Reed Army Medical Center, Washington, DC, but may be used throughout the North Atlantic Division. The North American Industry Classification System Code (NAICS) is 541330. This announcement is open to all businesses regardless of size. This contract will be for $3,000,000.00. Contract will be firm fixed price. 2. PROJECT INFORMATION: Concentration of work shall be in Mechanical and Electrical Desig n. Work may consist of preparation of reports, studies, design criteria, designs and other general A-E services for alterations, renovation, maintenance and repair, and limited new construction projects. Specific tasks may include but are not limited to HVAC planning and design, upgrades of electrical systems, renovation of chiller plants and boiler plants, facility management/operations related studies. Work may also include preparation of: design criteria documents, construction cost analysis, preparat ion of DD Form 1391s, facility condition surveys, hazardous material surveys, concept designs, final designs and construction phase services. Studies may include such work as: surveying existing facilities (to include health care and biomedical labs), for mechanical/electrical/plumbing systems, architecture, structural, utility system, life safety and fire safety code deficiencies; preparation of program for design for new facilities; design efforts may include facility upgrades to meet National Fire Prote ction Association (NFPA) Code and Joint Commission on the Accreditation of Healthcare Organizations (JCAHO) requirements such as: installation of fire sprinklers; interior upgrades and especially upgrades to mechanical, electrical, and fire alarm systems. Projects will be designed in accordance with: ASHRAE, NEC, MIL-HDBK-1191, DOD Medical and Dental Treatment Facilities Design and Construction Criteria; Uniform Federal Accessibility Standards (JFAS), Americans with Disabilities Act Accessibility Guideline s (ADAAG), American Association for Accreditation of Laboratory Animal Care (AAALAC), Food and Drug Administration (FDA), Centers for Disease Control and Prevention, National Institute of Health (NIH) Laboratory Design Guidelines, Occupational Safety and H ealth Administration (OSHA), the Installation Design Guide (IDG) for WRAMC, the Installation Master Plan, and requirements of National Capitol Planning Commission (NCPC), the Commission of Fine Arts (CFA), DC History Preservation (SHPO) and the Advisory Co uncil on Historic Preservation (ACHP). Work will include asbestos and lead based paint abatement, and other hazardous survey, testing and abatement. The deliverables are not required to be performed using a specific CADD system. However, the firm will b e required to provide any digitizing and/or translation services necessary to deliver the final design products in AUTOCAD Release 2000 (or newer) on compact disks (CDs). Graphic standards and leveling convention for all CADD drawings shall be based on  Tri-service architectural, engineering and construction (AEC) computer-aided design and drafting (CADD) standards. 3. SELECTION CRITERIA: The criteria for selection in descending order of important will be (A) Specialized experience and technical comp etence of the firm and consultants in: (1) M/E/P Design of health care facilities, familiarity with JCAHO requirements; (2) Specialized experience in design of biomedical/animal research labs, familiarity with The American Association for Accreditation of Laboratory Animal Care (AAALAC) requirements; (3) Experience in design of central chilled water and central boiler plant systems, electrical substations, low and medium voltage distribution systems, fire and security alarm systems, and energy conser vation/energy management systems. (4) Experience with small to medium sized renovation projects with average construction cost of $1.0 million. (5) Experien ce in designing and repairing M/E/P systems with historic buildings. (6) The firms ability to respond to multiple work orders concurrently, at least two teams shall be shown in the organizational structure. (B) Qualified professional personnel shall b e provided in the following key disciplines: HVAC, plumbing, electrical, fire protection engineering, code consultants, construction cost estimating, architecture, interior design, structural, civil engineering, industrial hygiene, and operation and maint enance systems. Registered or certified professional are required in the following disciplines: architecture, mechanical, electrical, fire protection, structural, civil engineering, and industrial hygiene. The evaluation will consider education, trainin g, registration, certification, overall and relevant experience, and longevity with the firm. Particular emphasis should be placed on the selection of the Project Manager leading the design team and interfacing with DPW/Walter Reed Army Medical Center. D PW requires a person with substantial relevant experience, superior inter-personal skills, customer service orientation, and an interdisciplinary approach to problem solving. (C) Experience producing quality designs based on an evaluation of a firms desi gn quality management plan (DQMP). The DQMP should include an organization chart and briefly address management approach, team organization, quality control procedures, cost control, value engineering, coordination of in-house disciplines and sub-consulta nts, and prior experience of the prime firm and any significant consultants on similar projects. (D) Experience of the firm and any consultants in similar size projects, past performance on DOD and other contracts with respect to quality of work, cost co ntrol, and compliance with performance schedules, and (E) The availability of an adequate number of personnel in key disciplines. 4. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit Parts I and II of the SF 330 for the prime and joint venture(s) and Part II of the SF 330 must be submitted for each consultant to the address below no later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal Holiday, the deadline is the close of business the next business day. On the SF 330, Part I, Block 5, include DUNS number for the prime firm. On the SF 330, Part I, Block F, provide title and contract award dates for all projects listed in that s ection. Submit responses to U.S. Army Corps of Engineers, City Crescent Building, ATTN: Mary A. Riche, CENAB-CT, Room 7000, 10 South Howard Street, Baltimore, MD 21201. Technical questions should be directed to Mr. Mohammed Moiduddin (202) 782-6876 or Keith Kruger (202) 782-3106. Contracting questions can be directed to Mary A. Riche, mary.a.riche@nab02.usace.army.mil or (410) 962-4880. 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 location. 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 ot her entities, call Dun and Bradstreet at 1-866-705-5711. Solicitations packages are not provided. This is not a request for proposal.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21201
Country: US
 
Record
SN00999101-W 20060305/060303212728 (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.