Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2007 FBO #1909
SOLICITATION NOTICE

C -- Relocation of the United Stated Military Academy Preparatory School (USMAPS), West Point, New York

Notice Date
2/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
FBOAE-0701
 
Response Due
3/19/2007
 
Archive Date
5/18/2007
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6 and FAR 16.202. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work as per their SF330. A-E services are required for site investigations, planning, engineering studies/analysis, development of a design-build RFP and construction services. Construction services (formerly Title II) maybe awarded under a subsequent contract after completing t he construction contract. The selected firm will be precluded from teaming with the design  build contractor. The USACE model RFP may be utilized if design-build is selected as the procurement method. Additionally the selected AE firm will be required t o perform submission reviews for the Directorate of Logistics (DOL) facility RFP that will be developed by the New York District design branch. Multiple firm fixed priced contracts may be issued to the selected A-E for various services associated with this project. Proposed contract numbering will be as follows: FFP M-1901. North American Industrial Classification code is 541330, which is the size standard of $4,500,000 in average annual receipts. This announcement is open to all businesses regardless o f their size. Award of the first basic contract is anticipated by May 2007 with completion of services by March 2009. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan o n the part of the work it intends to subcontract. The subcontracting goals (percentage) for the COE, New York District, which will be considered in the negotiation of this contract, are: (a) at least 43% of a contractors intended subcontracted amount be placed with small business (SB); (b) at least 16.5% of a contractors intended subcontracted amount be placed with small disadvantaged businesses (SDB); (c) at least 5.7% of a contractors intended subcontracted amount be placed with women-owned SB (WOSB); (d) at least 3% of a contractors intended subcontracted amount be placed with service-disabled veteran-owned SB; (e) At least 13.9% of a contractors intended subcontracted amount be placed with Historically Black Colleges and Universities/Minority Institutions. (f) At least 8% of a contractors intended subcontracted amount be placed with HUBZone SB. For subcontractors the following goals (percentage) should be met: Small Business 51.2% Small Disadvantaged Business 8.8% HUBZone Small Business 3.1% Women-Owned Small Business 7.3% Service-Disabled Veteran Owned 1.5% A subcontracting plan is not required with this submittal but will be requested during negotiations with the selected firm. The wages and benefits of service employees (see Far 22.10) performing under this contract must be at least equal to those determin ed by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not of the location of the work). To be eligible for a contract award, a firm must be registered in the DOD Central Contractor Registra tion (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. CONTRACTOR MANPOWER REPORTING-Application (CMR-A) Requirement. The Office of the Assistant Secretary of the Army requires contractors to provide manpower data on all service contracts. The A-E firm(s) selected for this/these contract(s) will be responsible to utilize the Army Contractor Manpower Reporting (CMR) syste m and will be required to report certain information to the Army CMR system. For additional information see https://cmra.army.mil. 2. PROJECT INFORMATION: This project will provide a complex for the relocation of the United States Military Academy Preparatory School (USMAPS) to the US MA under BRAC. The USMAPS complex is estimated at 250,000gsf of the following primary facilities: general instructional and administrative spaces, dining facilities, student barracks and athletic facilities/fields. Supporting facilities include all civil/s ite, mechanical, electrical and telecommunications. Provisions for antiterrorism and force protection will be included in the design of this complex. The selected firm will utilize an approved parametric design under development which includes the approved program and conceptual site/functional plans including design narratives. This submission identifies the size and space usage including information regarding supporting utilities including 15% plans. This information will be utilized by the Architect-Eng ineer selected under this solicitation as a guide in development of the request for proposal (RFP) for the design-build construction contract. The selected firm will be required to review and validate the planning and programming documents and may be requi red to modify the concept or alternative solutions in coordination with the United States Military Academy, Army Corps of Engineers and other Federal/State agencies. The selected A/E will also validate the seismic analysis/concept designs produced by the p revious AE in accordance with COE Technical Instructions. Comprehensive interior design and furniture related interior design will be provided if necessary/required. All interior and exterior signage standards will adhere to the U.S. Military Academy Insta llation Design Guides. The design work associated with the relocation of the DOL complex, including all demolition work at the DOL site, will be accomplished with other resources. The selected AE will be required to review their submissions for coordinat ion purposes and provide comments in Dr. Checks developed for the relocation of the DOL complex. The selected AE firm may also be responsible for coordinating the development of one construction bid set for both the USMAPS and DOL site , if necessary, as part of the acquisition strategy. Cost estimating review services utilizing M-CACES latest software will be required which will include a market analysis to confirm adequate costs are allocated based on market conditions. The A-E will be required to empl oy LEED evaluation and certification methods to this project. Note the goal for this project is a LEED (new construction) rating of platinum. The A-E will be required to produce (CADD) drawings in the latest versions of Microstation and/or AutoCAD and ex perience and/or familiarity with Building Information Modeling (BIM) standards. It is preferred, but not mandatory for all disciplines, that the personnel assigned to the review team be separate from the design development team assigned to the USMAPS facil ity. The estimated construction cost of the USMAPS project is greater than $100,000,000. 3. SELECTION CRITERIA: The selection criteria for this contract 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 is secondary and will only be used as tie-breakers among firms that are essentially technically equal. Primary Selection criteria: a. Specialized Experience and Technical Competence: 1. Demonstrated experience in working on a college/university level academic project; campus planning and campus design expertise. Specifically, experience in planning and development of design-build documentation and/or full design services for education al training and support facilities on a military installation is preferred. 2. Demonstrated experience in development of RFP and/or full design of construction projects with construction costs greater than $50M is preferred. 3. Demonstrated ability to produce quality designs utilizing a design quality management plan for independent quality assurance and control of submissions. Interested firms are requi red to provide a description of their design quality management plan (DQMP) in sufficient detail with their qualification package. An evaluation will be conducted considering the management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm and any significant subcontractors on similar projects. 4. Demonstrated experience in sustainable design using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduc tion or elimination of toxic and harmful substance in facilities construction and operation; efficiency in resource and material utilization; development of healthy, safe and productive work environments; and employing the SpiRiT and LEED evaluation and ce rtification methods. Note the goal for this project is a SpiRiT rating of platinum. 5. The cost estimator and/or the subcontractor should demonstrate familiarity with the changing dynamics of the current construction market in the Tri-state New York Area with particular emphasis on the Mid-Hudson Valley Area of New York. 6. Demonstrated ability to produce Cost estimates using M-CACES is required. MII experience is preferred. 7. Demonstrated experience in working on military installation projects. 8. Demonstrated ability to use Dr. Checks review system. 9. Demonstrated ability to produce drawings (CADD) in the latest versions of Microstation and/or AutoCAD and experience and/or familiarity with Building Information Modeling (BIM) standards. b. Demonstrate qualified personnel at a minimum in the following key disciplines (USMAPS Design Team and Design Review Team): 1. Principal 2. Project Manager 3. Architectural 4. Historic Architect 5. Mechanical Engineering 6. Electrical Engineering 7. Telecommunications Engineering 8. Fire Protection Engineering (see requirements below) 9. Structural Engineering 10. Civil Engineering 11. Certified Industrial Hygienist 12. Quality Assurance Manager (based on the firms QA/QC Plan) 13. Geotechnical Engineering 14. Cost Estimating 15. Certified Interior Designer 16. Sustainable Design Engineer or Green Architecture The evaluations will consider education, training, registration, voluntary certificates, overall and relevant experience, and longevity with the firm. Senior project personnel are required to be licensed and/or registered. Additional disciplines may be submitted as required by the AE for this type/size project and will be evaluated as the above. The requirements for Fire Protection Engineers are shown in the United Facilities Criteria UFC 3-600-01, http://62.204.17.188/report/doc_ufc.html. Use the latest publication of UFC 3-600-01 as of the posted date off this announcement. Sustainable Design: The AE firm shall demonstrate their experience in green building design and in using the LEED rating system. The project goal for the USMAPS/DOL complexes is platinum. c. Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules, as determined by ACASS and other sources. d. Capacity to accomplish the work within the required time. The evaluation will consider the availability of an adequate number of personnel in key disciplines for this project based on the AEs current workload. e. Knowledge of the locality and location of the firm or office within the general geographical area of U.S. Military Academy at West Point, NY provided that application of this criterion leaves an appropriate number of qualified firms, given the nature an d size of the project. Note: Firms are encouraged to submit from any geographical area. Secondary Selection criteria: f. Extent of participation of Small business, Veteran-owned small business, service-disabled small business, HUBZONE small busin ess, small disadvantaged small business and woman-owned small business and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Geographic proximity to the United States Military Academy and specifically knowledge of construction in the locale. h. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran-owned small business, service-disabled small business, HUBZON E small business, small disadvantaged small business and woman-owned small business and minority institutions and firms that have not had prior DoD contracts. 4. SUBMISSION REQUIREMENTS: Cover letters shall be limited to no more than 3 pages. Interested prime firms having the capabilities to perform these services must submit three (5) copies of a comprehensive SF 330 (06/2004 edition), which includes all sub-consultants information. The SF 330 can be found on the following GSA web site: http://www.gsa.gov/Portal/gsa/ep/home.do?tabId=0 .The forms can be downloaded into a .pdf file type. Each key office on the team should indicate a DUNS # in Block 4 of Part II of the SF330 Include the prime firms ACASS number in Block H, SF330. For ACASS information, call (503) 808-4590. The total number of pages for the entire SF 330 is limited to 90 pages. Section E is limited to 40 pages. Section F is limited to 10 pages. Each page shall be numbered. Section dividers do not count towards overall page limit. Submittals not following th ese instructions, may not be evaluated by the Board. For technical questions regarding this contract, contact Jeffery Friese at 845-938-2116 or e-mail at: Jeffery.Friese@usma.edu. Supplemental information on the SF 330 is posted on the New York District USACE website: http://www.nan.usace.army.mil Click Business Opportunities then Advertised Solicitations Firms must be registered in the Central Contractor Registration (CCR) in order to be eligible to receive an award from any Government solicitation. For information visit the CCR website at http://www.bpn.gov/CCRINQ/scripts/search.asp. You must be register ed in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Government solicitation. For more information, visit the ORCA website at http://orca.bpn.gov. NAICS Code is 541330 If a Pre-Selection meeting is required, notifications will not be sent after approval of the pre-selection. Notification of all firms will be made within ten (10) calendar days after the final selection approval. In addition to the two (2) items listed a bove, the remaining info on Release of information on firm selection shall be in accordance with EFAR 36.607. Interviews (discussions) may be held with all the most highly qualified firms as required by FAR 36.602-3(c). All firms will be interviewed by the same method (telephone, video teleconference or in person). Firms will be given sufficient advance notice to allow representatives to participate in the interviews or presentations. All firms will be asked similar questions. The questions will be relate d to the announced selection criteria including but not limited to, their experience, capabilities, capacity, organization, management, quality control procedures and approach for this project. Submit five (5) completed SF330s to: Attn: Ms. Maureen Smith, Room. 2037 CENAN-EN-M US Army Corps of Engineers, NY District, 26 Federal Plaza New York, NY, 10278 Submittals will not be accepted after 4:00 pm on 19 March 2007. The response date will move to the next business day, if the original response date falls on a Saturday, Sunday, or a Federal Holiday. Facsimile transmissions of the SF330 will not be accepted . Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to gain entry i nto the building.
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN01233141-W 20070217/070215221409 (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.