Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2006 FBO #1697
SOLICITATION NOTICE

C -- A-E SERVICES: FOR REGIONAL CONFINEMENT FACILITY, FORT LEAVENWORTH, KANSAS FOR THE KANSAS CITY DISTRICT.

Notice Date
7/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-06-R-0049
 
Response Due
8/17/2006
 
Archive Date
10/16/2006
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks AE Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The AE contract is required for design of the new Regional Confinement Facility at Fort Leavenworth, Kansas, for the Kansas City District, US Army Corps of Engineers. Design is anticipated to start Sep 06 with completion by Jun 07. North American Industrial Classification System code is 541310 , which has a size standard of $ 4.5 in average annual receipts. This announcement is open to all businesses regardless of size. If a large business is selected for these contracts, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Kansas City District are: (1) at least 61.2% of a contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB) and women-owned small businesses (WOSB); (2) a t least 9.1% of a contractor's intended subcontract amount be placed with SDB; (3) at least 4.5% of a contractor's intended subcontract amount be placed with WOSB; and (4) 1% placed with HUBZone small businesses. The plan is not required with this submitt al. The small business standard for this effort is based on the average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years. A business is small for this effort if its average annual receipts do not exceed $4 millio n. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at http://ccr.edi.disa.mil or by contacting the DOD Electronic Commerce Info rmation Center at 1-800-334-3414. There is a new Federal Integrated Acquisition Environment (IAE) initiative called Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of th e representations and certifications required by the Federal Acquisition Regulations and previously found in solicitations. According to the language in FAR case 2002-024, vendors are required to use ORCA beginning 1 January 2005. Detailed information can be found in FAR Case, as well as by visiting the Help section of the website at http://orca.bpn.gov. The help section includes ORCA background information, frequently asked questions (FAQ), the ORCA Handbook, and whom to call for assistance. 2. PROJECT INFORMATION. Included are studies, design and preparation of plans and specifications and services during construction in support of the new Regional Confinement Facility, Fort Leavenworth, Kansas. The project consists of construction of a ne w medium security regional correctional facility to house 400 to 500 inmates. Primary facilities include general and special confinement housing, industrial vocation facility, warehouse, power plant, security guardhouse, engineering/housing maintenance s hop and covered vehicle storage. Connections will be provided to the existing energy monitoring and control system. A fire alarm and protection system and electronic security systems with closed circuit capability will be included. Supporting facilities include utilities, electric service, perimeter lighting, paving, walks, curbs and gutters, parking, street lighting, storm drainage, information systems, site improvements, landscaping and retaining walls. Upgrade of an aerial electrical system is requir ed. Access for th e disabled will be provided. Heating may use a geothermal system with a utility plant providing redundant backup systems. Demolition of two buildings is also included. Building commissioning is included. The design will be required to meet a silver le vel, at a minimum, using the U. S. Green Building Council LEED (Leadership in Energy and Environmental Design) Green Building Rating System TM. Force protection will be a part of the design. A comprehensive interior design will be required. Estimated construction costs are over $20 million. This contract will require geotechnical reports, topographic surveys, preparation of contract drawings, technical specifications, design analyses and computer aided cost estimating. Construction phase services, including shop drawing review, design during construction, site visits, etc., will be optional. CADD and GIS deliverables will be required. Deliverables will be in AutoCAD format. 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 are primary. Criteria f-h are secondary and will only be used as tie-breakers among technically equal firms. a. Specialized experience and technical competence in the categories listed below. For a project in section F to count as experience under these evaluation subfactors, the design must be more then 50% complete; projects less then 50% design complete wil l not be considered as relevant experience. Projects consisting only of planning charettes, design charettes, and/or the preparation of design-build request for proposal documents will not be considered as relevant experience. (1) Experience in design and preparation of plans and specifications for state-of-the-art medium security regional confinement facilities or Federal Bureau of Prisons equivalent (Federal Correctional Institution). Maximum security prisons (Federal Peniten tiaries) will also be considered equivalent. Projects completed before Jan 2001 will not be considered. Projects completed since Jan 2003 will receive higher ratings. The basis of the evaluation will be the information in Section F of the SF 330. (2) Experience in the design of geothermal systems. The basis of the evaluation will be the information in Section F of the SF 330. (3) Quality management procedures. Describe the firms quality management procedures (address in Section H of the SF 330). The evaluation will consider quality control coordination between disciplines and subcontractors and quality control procedures (typ e and timing of reviews). A detailed quality control plan is not required with this submission but will be required subsequent to award of a contract. Section H is limited to 15 pages in length. (4) Experience in sustainable design, using either the Sustainable Project Rating Tool (SPiRiT) or LEED Green Building Rating System. Sustainable design consists of using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles. Project information will be based on project descripti ons in Section F of the SF 330. (5) Experience in construction manager at risk projects (CM@Risk) and addressing the collaborative effort required between the AE and the selected pre-construction services Contractor. The basis of the evaluation will be the information in Section F of th e SF 330. b. Qualified registered professional personnel in the following key disciplines: architecture, structur al, mechanical, electrical, civil, information systems, fire protection specialist, interior design, force protection specialist (physical security), force protection specialist (electronic security), geotechnical, surveyor. Qualifications of the project manager shall also be provided. The evaluation will consider education, registration, and overall and relevant experience using information from Section E of the SF 330. One person will not be considered as fulfilling more then one category of design disc ipline. For example, the lead mechanical designer will not be considered for the lead fire protection specialist  separate individuals must be identified. The SF 330 shall include a matrix in Section G showing experience of the proposed lead designers o n the projects listed in Section F of the SF 330. c. Past Performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from references, other sources and ACASS. Letters of commendation from customers addressing your firm s cost control, quality of work and schedule compliance capabilities may be included in Section H of the SF 330. Letters should be for projects of a similar nature and shall be no older than three years to be considered. d. Knowledge of local conditions within the Fort Leavenworth and Greater Kansas City area, specifically regarding climatic conditions (key disciplines: architect, mechanical, civil); local construction methods (key disciplines: architect, structural, geo technical, civil) and local construction climate impact on cost estimating (estimator). Evaluation will look at the specific experience of one designer per discipline as shown in Section E of the SF 330. The more projects from the Fort Leavenworth  Grea ter Kansas City area listed, the higher the rating. e. Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in the following key disciplines: architect; mechanical; electrical; civil; structural. The evaluation will look at numbers listed in Part II of the SF330 to evaluate the overall capacity of the team. Include a Part II form for each firm that is part of the proposed team. f. Location of the firm in the general geographical area of the Kansas City District. g. Volume of DoD AE contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD AE contracts among qualified firms, including SB and SDB. Firms shall clearly state the amount (dollar volume/contract value) of awarded task orders/contracts that they have been issued in the past 12 months. Identify the DoD agency that awarded the contract. Only include/identify actual task orders/contracts for work  do not include IDIQ contracts that you have not been issued t ask orders. h. Extent of participation of small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMITTAL REQUIREMENTS. Interested firms having the capabilities to perform this work must submit one SF 330 to the address listed below no later than close of business (4:00 PM Kansas City time) on the 30th day after the date of this announcement. C opies of the SF 330, Part II, for the prime firm and all consultants shall be included in the SF 330. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include the firm's ACASS numb er in SF 330, Section H. Section H is limited to 15 pages in length. In SF 330, Section F, cite whether the experience is that of the prime (or joint venture), consultant or an individual. Work cited that is experience of the prime (or joint venture) fro m an office other than that identified in Section C shall be so labeled. In SF 330, Section H, describe the firm's overall Quality Control Plan (QCP). A contract specific QCP must be prepared and approved by the government after contract award, but is not required with this submis sion. Solicitation packages are not provided. This is not a request for proposal. Submit responses to: U.S. Army Engineer District, Kansas City ATTN: CENWK-CT-M/Smith 757 Federal Building 601 East 12th Street Kansas City, Missouri 64106-2896 5. QUESTIONS. Questions of a technical nature should be addressed to Christine Hendzlik at 816-389-3269 and those of an administrative nature to Earl Smith, 816-389-3846.
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN01091800-W 20060720/060718221036 (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.