Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2006 FBO #1703
SOLICITATION NOTICE

C -- Battlefield Health and Trauma Biomedical Laboratory, Fort Sam Houston, Texas

Notice Date
7/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-06-R-0087
 
Response Due
8/23/2006
 
Archive Date
10/22/2006
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: a. General. This Design or other Professional Services are being procured in accordance with PL-582 (Brooks A-E Act) and implemented in FAR Part 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. North American Industrial Classification System (NAICS) Code applicable to project is 541330, Engineering Services, with a size standard of $4,500,000 in average annual receipts and corresponds to SIC Code 8711. Th is announcement is open to all businesses regardless of size. The initial contract is anticipated to be awarded on or about 30 Oct 06. Only one award will be made from this announcement. b. Nature of Work:A-E services are expected to be required for engin eering, schematic design (Charrette),concept design, final design (option), and construction phase services (option) and related services for the Battlefield Health and Trauma Biomedical Laboratory, Fort Sam Houston, Texas. The services will potentially in clude but not be limited to any or all of the following:design, drafting, and planning services for new construction, addition/expansion to existing facility and/or renovation, demolition and alterations of existing facilities; construction cost estimating ; topographic or boundary surveys; on-site construction management; various engineering studies and site investigations; value engineering services; subsurface geotechnical investigation and testing. Environmental studies/surveys and abatement design servi ces may also be required.All work must be done by or under the direct supervision of licensed professional Engineers or Architects.Construction phase services may include site visits,technical assistance,and preparation of operation and maintenance manuals and shop drawing review and approval.c.Contract Award Procedure: If a large business firm is selected for this announcement it must comply with the FAR 52.219-9 clause regarding requirement for a subcontracting plan on that part of the work it intends to subcontract.The subcontracting goals for Fort Worth District which to be considered in negotiation of this acquisition are:(1)at least 51.2% of a contractors intended subcontract amount be placed with small businesses (SB);(2)at least 8.8% of a contractor s intended subcontract amount be placed with small disadvantaged businesses (SDB);(3)at least 7.3% of a contractors intended subcontract amount be placed with women-owned SB(WOSB);(4) at least 1.5% of a contractors intended subcontract amount be placed with service-disabled veteran-owned SB;(5)at least 3.1% of a contractors intended subcontract amount be placed with HUBZone SB.The plan is not required as part of this submittal,but will be required with the fee proposal of the firm selected for negotiati ons.Before a small disadvantaged business is proposed as a potential subcontractor, they must be certified by Small Business Administration and registered in Central Contractor Registration(CCR)database. Failure of a proposed small disadvantaged business t o be certified by the Small Business Administration at time the SF 330 is submitted will result in their elimination as a proposed subcontractor.The Service Contract Act will apply to this acquisition.The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract.To be eligible for contract award, a firm must be registered in the Central Contractor Registration(CCR).Register via the CCR Internet site at http://www.ccr.gov.2.PROJECT INFORMATION:The U.S.Army Institute of Surgical Research (U SAISR)is an organization of the U.S. Army Medical Research and Materiel Command. As a component of approved Base Realignment and Closure BRAC)recommendations, the Joint Center of Excellence for Battlefield Health and Trauma (BH&T) is being established by t he relocation of Army, Navy and Air Force medical and dental research entities.This project will design a new biomedical research laboratory,addition to existin g vivarium facilities,all laboratory and vivarium support facilities as well as provide alteration of existing USAISR facilities to accommodate the requirements of the BH&T.In addition to the requirements of the BH&T, the collocation of aBRAC-directed relo cation to Ft Sam Houston of a compatible laboratory and vivarium program for Directed Energy may result in additional medical research laboratory, vivarium and high bay chamber space consolidated with the BH&T.Primary facilities include the new BH&T biomed ical research laboratory and laboratory support space(approximately 104,000 gross square-feet),vivarium and vivarium support facilities (approximately 36,000 gross square feet),and alterations to the existing USAISR biomedical research laboratory and vivar ium(approximately 6,000 gross square feet).Primary facilities associated with Directed Energy function may result in providing additional medical research laboratory and lab support space (approximately 120,000 gross square feet),vivarium and vivarium supp ort space(18,000 gross square feet), and high-bay chamber space (31,000 gross square feet) within the site identified for the BH&T.Laboratory facilities will house spaces classified at Biosafety Level 2. Animal research and animal holding facilities will h ouse various animal species, including non-human primates at Animal Biosafety Level 2.Chamber spaces will require various types of Radio Frequency shielding. Administrative and support space will also be provided.Medical gas utilities (02, CO2, LN2, N2) w ill be required.Comprehensive construction phasing plans and associated specifications will be included as a part of the design.The existing vivarium is required to remain operational throughout construction. Special foundations will be required. Work wil l include building information systems, intrusion detection systems, energy monitoring and control systems, fire/smoke detection and alarm systems and connections to the installation central systems. Building and site antiterrorism measures will be provide d. Support facilities include utilities(water, sewer, gas, HVAC, steam and/or chilled water distribution),electric services, paving, walks, curbs, gutters, parking and structured parking deck, fencing, storm drainage, exterior communications and informatio n systems, fire protection and alarm systems, site drainage, site work, and site improvements that include landscaping, parking, sidewalks and access drives.Access for individuals with disabilities will be provided.Air conditioning(estimated 1,350 tons and potential additional 1,650 tons.) will be provided.Design considerations also include architectural hardware, value engineering, and environmental or EPA regulatory considerations including storm water pollution prevention plans and Section 404 Permit con siderations.Project deliverables may include engineering and planning studies,environmental surveys(wetlands/waters of the U.S.),asbestos, lead based paint, soil, etc.),topographic surveys,soil borings/samples for testing, boring logs.Work may also include on site construction surveillance/contractor submittal review.The project will also include demolition associated with the alterations to the existing medical research laboratory and vivarium.Hazardous materials surveys to include PCBs, radioactive mater ials, asbestos and/or lead based paint may be required.Demolition design shall include abatement requirements. Sustainable principles will be integrated into the design, development, and construction of the project in accordance with Executive Order 13123 and other applicable laws and Executive Orders.Project will be designed in accordance with theUnified Facilities Criteria(UFC) 4-510-01(formally Military Handbook 1191), DoD Medical Military Facilities Design Criteria; Biological Defense Safety Program AR 385-69 and PAM 385-69;Biosafety in Microbiological and Biomedical Laboratories,U.S. Department of Health and Human Services, Public Health Service, Centers for Disease Control and Prevention and National Institutes of Health, Fourth Edition, April 1999;Guide for the Care and Use of Laboratory Animals (National Research Council) AAALAC Standards;Occupational Health and Safety in the Care and Use of Research Anima ls, National Research Council(1997);Uniform Federal Accessibility Standards (UFAS);Americans with Disabilities Act Accessibility Guidelines(ADAAG);UFC 4-010-01,DoD Minimum Antiterrorism Standards for Buildings.All required antiterrorism and force protectio n (AT/FP) measures will be provided and may include structural hardening and progressive collapse analysis. The design will be prepared using English system of measurement.Construction cost estimates will be prepared using Corps of Engineers MII Computer Estimating System.Software will be provided by the Government.Design drawings will be produced in a format fully compatible with MicroStation v8 or higher and will be compliant with A/E/C CAD Standard (https://tsc.wes.army.mil/products/standards/aec/aecstd web.asp). Bentley Systems TriForma IFC-based Building Information Modeling (BIM) software and the USACE Corporate dataset will be utilized for project design and review, and will also be developed to anticipate use by General Contractor and subcontractors during construction.The specifications will be produced in SPECSINTACT using Unified Facilities Guide Specifications.Responses to design review comments will be provided using Corps of Engineers DR Checks system.The estimated construction cost of this proj ect is between $25 million and $100 million.3.SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance (first by major criterion and then by each sub-criterion), Criteria:(a)-(e)are primary criteria; it ems (f)-(j) are secondary and are used as tie-breakers among technically equal firms.(a) Specialized Experience and Technical Competence of the firm and consultants(Ensure that all special experience requirements are reflected on appropriate personnel resu mes at Section E, Part I, SF 330: (1) The selected team must demonstrate recent experience (within the past 5 years)and significant experience in the design of new biomedical research lab,vivarium and lab/vivarium support facilities to include BSL-2 labora tories and ABSL-2 vivarium facilities.(2)Life safety and fire protection design of medical research laboratory facilities.Firms must have personnel with at least five years experience in Fire Protection and Life Safety Design that are familiar with the use and application of NFPA codes 45, 80, 90A and 101 and UFC 3-600-01,Design:Fire Protection Engineering for Facilities (3)Design of alteration of existing biomedical research laboratory and vivarium facilities to include maintaining an operational vivarium during construction(4)Experience in the commissioning of BSL-2 laboratories and ABSL-2 vivarium facilities(5)Application of construction cost control through appropriate design and estimating techniques on complex projects during fluctuating markets to ins ure the project remains within budget.(6)Use of automated design tools described above(BIM, MII, CADD, SPECSINTACT, and DR Checks).Design Team members must demonstrate prior experience in the use of M-CACES.Must have three(3)years experience in development of design projects using BIM to include at least one(1)project of similar design complexity of this notice(7)Experience in energy efficiency and conservation in facility design, pollution prevention,waste reduction, and the use of recovered materials.(8)F irms must demonstrate the capability to design projects incorporating the latest DoD Force Protection/Anti-Terrorism criteria.(9)Demonstrate experience in design and survey required for abatement of asbestos, lead-based paint,and the handling/disposal of o ther toxic and regulated substances.Survey team members must have demonstrated experience in use of a suitable X-ray fluorescence device during on-site surveys for lead based paint.(10)Firm must demonstrate past designs, which comply with Uniform Federal Accessibility Standards(UFAS)and Americans with Disabilities Act (ADA)requirements.(11)Experience in developing a phased or staged design to allow early occupanc y of particular areas of a construction project and to expedite project completion.(12)Experience working with construction or construction management firms as part of the design delivery team.(b)Professional Qualifications and Capabilities:The selected fi rm must have(either in-house or through consultant)the following key disciplines, and as a minimum, the number of personnel indicated in parenthesis:Project Manager(1); biomedical laboratory space planning(BSL-2)and vivarium space planning(ABSL-2)for multi ple small species and non-human primates (1); biomedical laboratory engineering(BSL-2)and vivarium engineering(ABSL-2)for multiple small species and non-human primates(1);Registered Architects(2); Landscape Architect (1),Architectural Hardware Specialist(1 ),Registered Professional Electrical Engineers(1)(The electrical engineers shall be a registered P.E.with a bachelor or master of science degree in Electrical Engineering with a minimum of ten years of current design experience related to design of biomedi cal research and vivarium facilities. At least three of the ten years experience shall be in design of electrical systems (low voltage, normal, emergency power and lighting systems) within biomedical laboratory facilities similar to those required for this project.The Electrical Engineer shall not have any responsibilities for communications systems design.);Registered Professional Mechanical Engineer(1)(The mechanical engineers shall be a registered P.E. with a bachelor or master of science degree in Mecha nical Engineering with a minimum of ten years of current design experience related to design of biomedical research and vivarium facilities.At least three of the ten years experience shall be in design of HVAC systems for biomedical laboratory and vivarium facilities similar to those required for this project.);Registered Professional Plumbing Engineer(1)(The plumbing engineer shall be a registered P.E. with a bachelor or master of science degree in Mechanical Engineering with a minimum of ten years of curr ent design experience related to design of biomedical research and vivarium facilities. At least three of the ten years experience shall be in design of plumbing and laboratory gas systems for biomedical laboratory and vivarium facilities similar to those required for this project.The plumbing engineers shall be certified by the American Society of Plumbing Engineers), Registered Professional Civil Engineers(3);Registered Professional Structural Engineers(3);Qualified Fire Protection Engineer (1)(A qualifi ed fire protection engineer is defined as an individual meeting one of the following conditions: 1) An engineer having a Bachelor of Science or Master of Science Degree in Fire Protection Engineering from an accredited university engineering program, plus a minimum of 5 years work experience in fire protection engineering; 2)A registered professional engineer(P.E.)who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering and Surveys (NCEES);or 3)A registered P.E. in a related engineering discipline with a minimum of 5 years experience, dedicated to fire protection engineering that can be verified with documentation), Laboratory and vivarium commissioning expert(1);Life Safety Speciali st(1);Texas certified environmental survey personnel (2)(asbestos, lead based paint, soil, etc.),environmental design personnel (2) (asbestos, lead based paint, soil, etc.);Value Engineer(1);Cost estimator experienced using M-CACES/MII software (1); dedica ted BIM Manager not associated with project execution requirements (1);Registered Communications Systems Engineer/Distribution Designer(1) (The communications s ystems Engineer (CSE) shall have a bachelor or master of science degree in electronics or electrical engineering with a minimum of five years of communications systems design experience.At least three of the five years experience shall be in design of biom edical laboratory and vivarium communications systems similar to those required for this project); Certified industrial hygienist(1);Biomedical equipment planner for laboratory and vivarium facilities(1);interior designer (1);operations and maintenance sys tems specialist(1);Registered Professional Surveyor(1)and survey crew, a geologist or soils engineer and geotechnical drill rig and crew to collect soil borings and samples, and a licensed testing lab(Geotech and Environmental-asbestos, lead based paint, s oil, etc). None of required personnel can be dual disciplined(except that the Life Safety Specialist can be one of required registered Architects if qualified), i.e. a separate employee must be on the Design Team except as noted for each stated requiremen t above to meet personnel required.Resumes contained in Standard Form (SF) 330, PART I, Section E, Page 3 shall be completed for each discipline and number indicated. Additional resumes may be added if needed to further explain proposed team members. Each resume shall not exceed one page in length.The availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the required schedule as stated in Paragraph(c)below.Resumes for survey crew, drill cr ew and testing lab are not required.Repeat Resume Page as needed to provide all required resumes.The evaluation will consider education, training, registration, overall and relevant experience and longevity with the firm.(c) Capacity: Firms must demonstrat e adequate team capacity to complete concept design (35 percent) by Dec 2006 and the final design by May 2007.The evaluation will consider experience of firm and any consultants in similar size projects, and availability of an adequate number of personnel in key disciplines.(d) Demonstrate past performance with respect to cost control, quality of work, and compliance with performance schedules. Evaluation will be based on established ACASS ratings and other credible documentation included in the SF 330.(e) Knowledge of Locality:Firms must demonstrate familiarity with San Antonio area and applicable climatic conditions, architecture, local/state building codes, permit requirements, environmental regulations, soil conditions, seismic requirements, and regulato ry agencies for that area.The following, items (f) through (j), are secondary criteria:(f) Firms must demonstrate experience in evaluating contractors submittals and performing construction surveillance.(g) Subcontracting:Firms must show extent of partici pation of SB, SDB, WOSB, Service Disabled VOSB, HubZone SB, and HBCU/MI in the proposed contract team, measured as a percentage of estimated effort.(i) In Section H, Part I, SF 330, include a draft Design Quality Control (DQC)Plan. It shall include a brief presentation of internal controls and procedures that you use to insure that a quality design is produced (management approach, team organization, quality control procedures, design-to-cost control,value engineering, coordination of in-house disciplines a nd subcontractors, and prior experience of the prime firm and any significant consultants on similar projects).(j)Geographic Proximity of firm to Fort Sam Houston and the Fort Worth District Office.4.SUBMITTAL REQUIREMENT:Submittals shall be sent to:US Arm y Corps of Engineers, Attn:Glenna Wheatley, Room 3C10, 819 Taylor Street, Fort Worth, Texas 76102-0300 (P.O. Box 17300).(a) Interested firms having the capabilities to perform this work must submit one copy of SF 330 (6/2004 Edition),as indicated below to the above address not later than 3:00 p.m.Central Time)on the response date indicated above.If the response date is a Saturday, Sunday or Federal Holiday, the d eadline is 3:00 p.m. of the next business day.(b)Responding firms must submit a copy of a current (signed within the past 36 months)and accurate SF 330, Part II for themselves and each proposed consultant even if an SF 330, Part II is already on file.SF 33 0, Part II shall be provided for the specific prime, other offices of the prime and subcontractor offices proposed to perform the work.Indicate in Block 3b of each SF 330, Part II if the firm is a Large, Small and Disadvantaged or Woman-Owned Small Busines s.To be classified as a small business, a firms average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 million.(c)Submit only one SF 330, Part I for the design team, completed in accordance with the instructions.It must contain information in sufficient detail to identify the team(prime, other offices of the prime firm and consultants) proposed for the contract.The A-E shall not include company literature with the SF 330.(d)In Block No.2a of the SF 330, Part II, provide ACASS number for the prime A-E or Joint Venture.The ACASS number must be for the firm performing the work/; i.e., not the parent company ACASS number, but an ACASS number specifically for the office performing the work.Each branch office and/or joint ventu re must have their own ACASS number.For assignment of ACASS numbers, contact Keleka Ross (Keleka.I.Ross@nwp01.usace.army.mil) or LaVern Brewster (Lavern.Brewster-Jenkins@nwp01.usace.army.mil), at the ACASS Center in Portland, OR, @ 503-808-4593, 503-808-45 90 or 503-808-4623 respectively.(e) In Block C of the SF 330, Part I, identify discipline/service to be supplied by each consultant. Provide brief resumes in Block E of the on-staff or consultant employees you intend to use to perform the work.Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b.In Block G-26, along with the name, include the firm/location the person is associated with.(f)A maximum of 10 projects including prime and consultants, will be revi ewed in Part I, Block F.Use no more than one project per page.(g)In Block H of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria.When addressing Team capab ilities, clarify planned capability, existing capability, and prior experiences if any.Include any other relevant information including a short discussion of why the firm is especially qualified based upon specific selection criteria listed in Section 3.De scribe the firms overall Design Quality Management Plan (DQMP).(Project-specific design quality control plan must be prepared and approved by Government as a condition of contract award, but is not required with this submission.)Indicate the estimated per centage involvement of each firm on the proposed team.Do not exceed twenty pages for Block H.(1)Use no smaller than 12 font type.Front and back side use of a single page will count as 2 pages.Pages in excess of the maximums listed will be discarded and not used in evaluation of selection criteria.(j)Personal visits to discuss this announcement will not be scheduled.(k)Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period.Facsimile transmissions will not be accepted.Points of Contact: ContractingJoan LoRe,(817) 886-1086, Technical, Glenna Wheatley, (817) 886-1474.E-mail your questions to US Army Engineer District, Fort Worth at: joan.lore@swf02.usace.army.mil .All firms may submit a SF 330 which will be considered. Place of Performance:Fort Sam Houston, TX
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01096548-W 20060726/060724221107 (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.