Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 02, 2006 FBO #1802
SOLICITATION NOTICE

C -- Architect Engineer Services for Two Indefinite Delivery/Indefinite Quantity Contracts Primarily for Design of Military Projects at Wright Patterson Air Force Base, Ohio

Notice Date
10/31/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-07-R-0019
 
Response Due
12/1/2006
 
Archive Date
1/30/2007
 
Small Business Set-Aside
N/A
 
Description
The proposed services, which will be obtained by a negotiated Firm Fixed Price Contract, are for a variety of Architect/Engineer services for Wright Patterson AFB, OH. Projects will be awarded by individual task orders with the maximum cumulative con tract value being $6,000,000. The estimated construction cost per project is approximately between $500,000 and $250,000,000. The contract period is cumulative and ends three years from date of award. If a large business is selected to negotiate a contract , the firm will be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 prior to award of the contract. The current subcontracting goals are 51.2% to Small Business, 8.8% to Small Disadvantaged Business, 7.3% to Women Owned Small Business, 3.1% to HUBZone Small Business, and 1.5% to Service-Disabled Veteran-Owned Business. These percentages are applied to the total amount of subcontracted dollars. Significant emphasis wil l be placed on the A/Es quality control procedures, as the District will perform the Quality Assurance role only. Estimated start date is February 2007. To be eligible for award, a firm must be registered in the DoD Central Contractor Registration (CCR) d atabase, via the CCR Internet site at http://ccr.gov or by contacting the DoD Electronic Commerce Information Center at (800) 334-3414. Register to provide representations and certifications at http://orca.bpn.gov. In Block 5 of the SF 330, Part II, provid e the Dun and Bradstreet number (DUNS) for the prime A/E firm or Joint Venture. The DUNS number must be for the firm/branch office performing the work. For assignment of DUNS numbers, contact the Dun and Bradstreet office at 1-877-705-5711, or via the inte rnet at http://www.dnb.com. The DUNS procedures replace the previous ACASS system/procedures. Contract awards will be made within nine months from the date of this synopsis. 2. PROJECT SPECIFIC INFORMATION: Projects may consist of A/E services for horizontal and vertical military projects at WPAFB, OH. A/E services may consist of complete designs; concept level designs; development of design/build requests for proposal; devel opment of building information models (BIM); site investigation of existing conditions; Statement of Condition surveys for Joint Commission Accreditation Review, engineering services during construction/construction management services; design of demolitio n and/or deconstruction; hazardous materials survey, analysis, and abatement methodology; sustainable design; construction cost estimates and schedules; and technical studies/analysis in support of design for new construction and renovation projects at WPA FB; and comprehensive planning that is related to future construction requirements. Facility types relevant to this solicitation include: Schools/Training Facilities, Environmental, Radiological, Chemical, Biological, Technological and other Research Labor atories and Testing Facilities, Medical/Clinical Facilities, Administration/Office Facilities, Dining Facilities, Dormitories, Physical Fitness Facilities, Religious Education/Chapel, Airfield Rehab/Development, Unit Storage Facilities & Warehouses, Libr aries, Conference Centers, Site Design (parking, roads, landscaping, storm drainage, etc.), and Access Control/Gate Improvements/Security-related facilities. Although intended for use primarily at WPAFB, these contracts may also be used for AE services thr oughout the Ohio River and Great Lakes Division mission boundaries at the Governments discretion with the agreement of the selected firm. 3: SELECTION CRITERIA: The specific selection criteria a through d are primary. Criteria e - f are secondary selection criteria and will only be used as tie-breakers among firms considered to be technically equal. The criteria, listed in descending order o f importance, are as follows and must be documented within the resumes and additional narrative in the SF 330: a) Professional Qualifications: Three resumes (two for designers and one for a checker) in the following fields; architecture; civil; geotechnical (soil engineering); structural (independent of civil); mechanical; and electrical engineering are necessary w ith at least two in each field professionally registered in the relevant professional field as an engineer or architect. A resume for one designer and one checker in the following fields: hydraulic (independent of civil), environmental engineering, regist ered communications distribution designer (RCDD) and fire protection is necessary with at least one in each field professionally registered in the relevant professional field as an engineer. Two resumes are required for interior designers; both must be cer tified by the National Council of Interior Design Qualifications (NCIDQ), OR be registered Interior Designers, OR registered architects with five years of dedicated experience and training in interior design. Two resumes are required for Certified Value Sp ecialists (CVS); both must be professionally registered architects or engineers and must have at least 5 years experience facilitating value engineering/management workshops. Additionally at least one professional, qualified by a combination of education, registration, certification, and/or training is required in each of the following fields; industrial hygienist, research facility and laboratory planning, cost estimating, landscape architecture, life safety, hazardous material inspection & abatement metho ds, military master planning, medical facility planner, medical equipment planning, and project manager. The industrial hygienist must be a CIH certified by the American Board of Industrial Hygienists (ABIH); The fire protection engineer shall be a registe red professional engineer with a minimum of five years dedicated to fire protection engineering, AND meet one of the following conditions: (a) A degree in Fire Protection Engineering from an accredited university; (b) passed the National Council of Examine rs for Engineering and Surveys (NCEES) fire protection engineering examination; OR (c) registration in an engineering discipline related to fire protection engineering. The hazardous materials inspector must have successfully completed an EPA approved cour se for lead inspectors and an EPA approved asbestos inspectors course and be able to obtain an asbestos inspectors accreditation. The individuals proposed for these various roles may not be dual-hatted. The evaluation will consider education, certification s, training, registration, overall and relevant experience and longevity with the firm. b) Specialized experience and technical competence in the expected activities identified above, to include experience on: design/build projects; projects utilizing Sustainable Design (using an integrated design approach and emphasizing environmental stewa rdship, with experience in 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, development of healthy, safe and productive work environments; and employing the SPiRiT and LEED evaluation and certification methods); anti-terrorism and force protection measures; construction cost estimating using M-CACES; electr onic drawing development utilizing a CADD system (Intergraph Microstation is the required format); design charrettes as evidenced by the resumes of the key personnel assigned to this project; design of multi-disciplinary laboratory facilities; life safety & fire protection design of medical facilities; and experience with UFC 4-510-01 (DoD Design of Medical Military Facilities ). Only resumes identifying the professionalism and specialized experience of key members of the design team are necessary. Other a vailable personnel may be specified in paragraph H of t he SF330. In addition, the following must be addressed in paragraph H of the SF330; a brief Design Quality Management Plan including an explanation of the firms management approach; management of subcontractors (if applicable); quality control procedures (for plans, specifications, design analysis and electronic documents); procedures to insure that internal resources are not over-committed; and an organizational chart showing the inter-relationship of management and various team components (including subc ontractors). In Paragraph H also indicate the estimated percentages involvement of each firm on the proposed team. c) Capacity to complete the work in the required time with the understanding that this contract will require multiple design teams to work individual task orders at various locations simultaneously. d) Past performance on DoD and other contracts including cost control (control of design costs and success in designing within the projects programmed funding), quality work, and compliance with performance schedules; e) Knowledge of the locality of the project; to include local building codes, geological featur es, environmental and climatic conditions, and the installation design guides; f) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIRMENTS: Interested firms having the capabilities to perform this work must submit one copy of the SF 330, Part I, and one copy of SF 330, Part II for the prime firm. Branch offices that will play a key role in the project must also submi t an SF 330 Part II for each participating branch office. An SF 330 Part II must be submitted for each proposed subconsultant. Responding firms must submit a current and accurate SF330, Part II, for each proposed consultant. Any firm with an electronic mai lbox responding to the solicitation should identify such address in the SF330, Part I. Please identify the Data Universal Number (DUNS) number of the office performing the work in Block 5 of the SF330, Part I. The SF 330 will be no longer than 100 pages in length (excluding the SF330, Part IIs) and Block H will be 10 pages or less in length. Each printed side of a page will count as one page. Release of firm status will occur within 10 days after approval of the selection. All responses on SF330 to this ann ouncement must be received no later than 1:00 p.m. local time on 1 December 2006. No other information including pamphlets or booklets is requested or required: No other general notification to firms under consideration for this project will be made. Facsi mile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Submit responses to US Army Corps of Engineers, ATTN: Erin Quinn, 600 Dr. Martin Lu ther King, Jr. Pl., Room 821, Louisville, KY 40202.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN01173667-W 20061102/061101025024 (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.