Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2006 FBO #1664
SOLICITATION NOTICE

C -- Indefinite Delivery-Type (Architectural Lead) Contract for Directorate of Public Works, Walter Reed Army Medical Center, Washington, DC, but may be used throughout the Baltimore District

Notice Date
6/15/2006
 
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-0050
 
Response Due
7/18/2006
 
Archive Date
9/16/2006
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: THIS PROPOSED PROCUREMENT IS 100% SET-ASIDE FOR SMALL BUSINESS. Architect-Engineer services are required for one (1) Indefinite Delivery-Type (Architectural) contract for the Directorate of Public Works, Walter Reed Army M edical Center, Washington, DC, but may be used throughout the Baltimore District. The small business size standard for this procurement is $4,500,000.00 average annual receipts over the last 3 fiscal years. The North American Industry Classification Code (NAICS) is 541330. Services are required for site investigations, space planning, programming, surveys and geotechnical investigation, topographic surveys, preparation of DD Form 1391s, engineering studies, schematic design, design development, construct ion documents, specifications and construction administration services. Construction phase services may include shop drawing review, site visits and preparation of operation and maintenance manuals. This contract will be for $3,000,000.00 not to exceed a 3 year contract period. 2. PROJECT INFORMATION: Concentration of work shall be in Architecture, with all other disciplines as consultants. Work may consist of preparation of reports, studies, design criteria, designs and other general A-E services for a lterations, renovation, maintenance and repair, and limited new construction projects. Specific tasks may include but are not limited to architectural planning and design, related studies, exterior/interior renovation of historic buildings, healthcare and biomedical laboratory facility repair and renovation, facility management/operations, repair and upgrades of M/E/P systems, and repair of roads/parking areas. Work may include preparation of: design criteria documents, construction cost analysis, prepar ation 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 and documenting existing conditions for architectural, structural, utility system, life safety/fire safety code deficiencies; preparation of program for design for new facilities; design efforts may include facility upgrades to meet National Fire Protection Association (NFPA) Code and Joint Commission on the Accreditatio n of Healthcare Organizations (JCAHO) requirements, and upgrades to mechanical, electrical, and fire alarm systems. Projects will be designed in accordance with: MIL-HDBK-1191, DOD Medical and Dental Treatment Facilities Design and Construction Criteria; Uniform Federal Accessibility Standards (UFAS), Americans with Disabilities Act Accessibility Guidelines (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 Health Administration (OSHA), the Installation Design Guide (IDG) for WRAMC, the Installation Master Plan, and requirements of National Capitol Planning C ommission (NCPC), the Commission of Fine Arts (CFA), DC Historic Preservation (SHPO), and the Advisory Council 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 be required to provide any digitizing and/or translation services necessary to deliver the final design products in AUTOCAD Release 2000 (or newer) on co mpact 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 criteri a for selection in descending order of important will be (a) Specialized experience and technical competence of the firm and consultants in: (1) Design of H ealth care facilities, familiarity with JCAHO requirements. (2) Specialized experience in design of biomedical/animal research labs, familiarity with AAALAC requirements. (3) Experience in historic preservation/rehabilitation in the context of Georgian Revival architecture and in submissions to NCPA, SFA, and SHPO. (4) Experience with small to medium sized renovation projects with average construction cost of $1.0 million. Experience in surveying and documenting existing conditions for such projects. (5) The firms ability to respond to multiple work orders concurrently, at least two design teams shall be shown in the organizational structure. (b) Qualified professional personnel shall be provided in the following key disciplines: medical/laborat ory facility design and planning, historic architecture, interior architecture/design, landscape architecture, cost estimating, mechanical engineering, electrical engineering, fire protection, structural, civil engineering, industrial hygienist and operati on and maintenance systems. Particular emphasis should be placed on the selection of the Project Manager leading the design team and interfacing with DPW/Walter Reed. DPW requires a person with substantial relevant experience, superior inter-personal skil ls, customer service orientation, and an inter-disciplinary approach to problem solving. The historic architect must have experience and knowledge of the National Historic Preservation Act, Section 106 consultation, NEPA, and Secretary of the Interiors S tandards for Rehabilitation of Historic Structures. Registered or certified professions are required in the following disciplines: architecture, mechanical, electrical, fire protection, interior design, industrial hygiene, structural, and civil engineerin g. The evaluation will consider education, training, registration, certification, overall and relevant experience, and longevity with the firm. (c) Experience producing quality designs based on an evaluation of a firms design quality management plan (D QMP). 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-consultants, 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 control, and compliance with pe rformance schedules. (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 SF330 for the prime and joint ven ture(s) and Part II of the SF330 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 i s the close of business the next business day. On the SF 330, Part 1, Block 5, include DUNS number for the prime firm. On SF 330, Part 1, Block F, provide title and contract award dates for all projects listed in that section. Submit responses to U.S. Arm y Corps of Engineers, City Crescent Building, ATTN: Charlene V. Brown, CENAB-CT, Room 7000, 10 South Howard Street, Baltimore, MD 21201. Technical questions should be directed to Mr. Mohammed Moiduddin at (202) 782-6876 or Mr. Keith Kruger (202) 782-310 6. Contracting questions can be directed to charlene.v.brown@usace.army.mil or (410) 962-5626. 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 cons idered for an award of a Federal contract. Information regarding registration can be obtained online at www.ccr.gov or through the CCR Assistance Center (CCR AC) 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 location. For example, a vendor could have two records f or 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 Dun and Bradstreet at 1-866-705-5711. Solicitation 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: 21203
Country: US
 
Record
SN01070868-W 20060617/060615221739 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.