Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2007 FBO #2018
SOLICITATION NOTICE

C -- A-E SERVICES: FOR CONSOLIDATED HEALTH CLINIC, FORT RILEY, KANSAS, FOR THE KANSAS CITY DISTRICT

Notice Date
6/4/2007
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
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-07-R-0041
 
Response Due
7/30/2007
 
Archive Date
9/28/2007
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: Architect-Engineer services are required for two Firm Fixed Price contracts for site investigation and development, topographic survey, foundation design, space planning, engineering studies including vehicular traffic stud ies, sustainable design, interior design, fact-finding session/design Charrette, concept design, final design, parametric and construction cost estimating, construction phase services, and other services for the subject project. Construction phase service s may include preparation of Operation and Maintenance (O&M) manuals, shop drawing and construction submittal review and approval, site visits, and technical assistance. Other services may include Comprehensive Interior Design (CID), total building commis sioning design and support, design of tenant improvements and support services, and startup services. This announcement is open to all businesses regardless of size. All responders are advised that this requirement may be cancelled or revised at any time during the solicitation, evaluation, selection, and negotiation, final award date may vary, and final completion date may vary. 2. Two contracts are being procured in accordance with the Brooks AE Act as implemented in FAR Subpart 36.6. Up to two firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Two AE contracts are required for design of the two new medical projects at Fort Riley, Kansas, for the Kansas City District, US Army Corps of Engineers. One contract will be for the new Consolidated Soldier and Family Medical Clinic and the other contract for the Addition/A lteration of the Hospital. Designs are anticipated to start Jul 07 for the Clinic and Aug 07 for the Add/Alt. Construction on the clinic is anticipated to start Sep 07 in parallel utilizing the CM@Risk strategy, with design completion by Mar 08. Constr uction completion of the clinic is projected for Nov 08. Construction of the Add/Alter Hospital is anticipated to start Nov 08. 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 solici tations. 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 secti on 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: a. The Soldier and Family Medical Clinic, Fort Riley, Kansas. The project consists of construction of a new, 2-storey, 53,000 sq-ft Troop Medical Clinic to support the increased demand of active duty personnel under BRAC and Grow the Army implementation . Primary facilities include 42 primary care exam rooms, immunization room, pharmacy, radiology, laboratory, physical therapy, optometry, limited behavioural health, plus offices and support functions, EMCS and intrusion detection system connections, Ant iterrorism measures and access for individuals with disabilities will be provided. Connections will be provided to the existing energy monitoring and control system. A fire alarm and protection system and electronic security systems will be included. Su pporting facilities include utilities, electric service, perimeter lighting, paving, walks, curbs and gutters, parking, access roads, street lighting, storm drainage, information systems, site improvements, landscaping and retaining walls. Estimated const ruction costs are over $17 million. b. The Addition/Alteration of the Hospital, Fort Riley, Kansas. The project consists of construction of a new approximately 30,000 sq-ft addition and approximately 20,000 sq-ft of alteration to support the increased demand of active duty personnel under BRAC and Grow the Army implementation. Primary facilities include exam rooms, immunization room, behavior health services, offices, and support functions, with a special foundation, EMCS and intrusion detection system connections, Antiterrorism measures and access for individuals with disabilities will be provided. Connections will be provided to the existing energy monitoring and control system. A fire alarm and protection system and electronic security systems will be included. Supporting facilities include utilities, electric service, perimeter lighting, paving, walks, curbs and gutters, parking, access roads, street lighting, storm drainage, information systems, site improvements, landscaping and retaining walls. The design will be required to meet a silver level, 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 $25 million. Both projects will be designed in accordance with Uniform Facilities Criteria (UFC) 4-510-01, Design: Medical Military Facilities [formerly MIL-HDBK-1191, DoD Medical Military Facilities Design and Construction Criteria]; the Americans with Disabilities Ac t and Architectural Barriers Act Accessibility Guidelines for Buildings and Facilities; and UFC 4-010-01, Design: DoD Minimum Antiterrorism Standards for Buildings. . Anti-Terrorism/Force Protection (AT/FP) measures will be a part of the design. The d esign will be prepared in the English system of measurement. Construction cost estimates will be prepared using the Corps of Engineers Computer Aided Cost Estimating System (M-CACES GOLD) (software to be provided by the Corps of Engineers). 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 optio nal. CADD and GIS deliverables will be required. 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-d are primary. Criteria e-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 Charrette, design Charrette, and/or the preparation of design-build request for proposal documents will not to be considered as relevant experience. (1) Experience in design and preparation of plans and specifications for state-of-the-art Health and/or Medical Clinics for the United States Military and/or civilian equivalent facilities). Projects completed before Jan 2001 will not be considered. Proj ects completed since Jan 2004 will receive higher ratings. The basis of the evaluation will be the information in Section F of the SF 330. (2) Thorough knowledge, understanding, and technical competence with Medical Military Facilities Criteria, specifically UFC 4-510-01 Design: Medical Military Facilities (formerly MILITARY HANDBOOK, Department of Defense - Medical Military Facilities - Desi gn and Construction Criteria (MIL-HDBK-1191), FINAL, 09 July 02) and Military Standard 1691, Construction and Material Schedule for Military Medical and Dental Facilities. 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 (ty pe 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. b. Qualified currently licensed/registered professional personnel, either in-house or with consultants, in the following key disciplines and in the minimum number indicated for each discipline: project management (1); architecture (2); fire protectio n engineering (2); sustainability design (1); landscape architecture (1); mechanical engineering (2), electrical engineering (2), structural engineering (1), civil engineering (1); cost engineering (1); total building commissioning (1); plus industrial hyg iene (certification) (1). Other key disciplines to be submitted: medical/dental treatment facility planning (2); medical/dental equipment planning (1); interior design (1); communications engineering (1); X-ray shielding (1); and systems O&M (1). Resumes contained in Standard Form (SF) 330 Architect-Engineer Qualifications, PART 1, Section E, Page 3 shall be submitted for each discipline for no more than the number of personnel indicated in parenthesis above. Resumes shall not exceed one page. Availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the potential of working on multiple tasks. The evaluation will consider education, training, registration, overall and r elevant experience, and longevity with the firm. (1) The lead fire protection engineer shall be registered as a professional fire protection engineer with the National Council of Examiners for Engineering and Surveys (NCEES) or, if registered as a professional engineer in a related engineering discipline , shall have a minimum of five years of experience dedicated to fire protection engineering including a minimum of three years of experience in the design of medical/dental facilities, a minimum of three years of experience in the testing of fire protectio n systems, a minimum of two years of experience in the interpretation and application of NFPA 101 and/or life safety requirements of model building codes, and a minimum of two years of experience in the design and/or review of fire suppression systems and fire alarm systems including review of shop drawings and sprinkler system hydraulic calculations. (2) The lead electrical engineer shall have a degree in electrical engineering; shall be a registered professional engineer in electrical engineering with at least 10 years of experience in the design of medical/dental facility low voltage normal and emerg ency power systems, lighting systems and medium voltage distribution systems; with at least three years of total electrical design responsibility for medical/dental facilities; and shall be familiar with Corps of Engineers and industry criteria, guidance a nd standards. (3) The communications engineer shall have a degree in electronics engineering or electrical engineering with at least five years of experience in communications design including at least three years of experience in the design of communications systems fo r medical/dental facilities and experience in the testing of all systems required by the project. (4) The total building commissioning specialist shall have a degree in mechanical or electrical engineering, at least five years of experience in the total building commissioning of medical/dental facilities, at least five years of field experience in the operation and troubleshooting of mechanical systems and energy management and control systems, at least five years of experience in the testing and balancing of air and water systems, and at least five years of experience in monitoring and analyzing system s operation using energy management and control system trending and stand-alone data logging equipment. (5) The X-ray shielding specialist shall have relevant certification from the American Board of Radiology or the American Board of Health Physics, or equivalent qualifications and particular knowledge of, and training in, medical X-ray and gamma-ray shield ing. b. 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. Capacity to initiate work and complete within the time parameters of the project. Complete S2 Schematic Design (20%) within 45 calendar days after project award, S5 Preliminary Design (65%) 120 calendar days after project award, and the S6/S7 Final Design 210 calendar days after project award. 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 lis ted 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. e. Knowledge of local conditions within the Greater Fort Riley/Junction City/Manhattan area, specifically regarding climatic conditions (key disciplines: architect, mechanical, civil); local construction methods (key disciplines: architect, structural, geotechnical, 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 Greater Fort Riley/J unction City/Manhattan area listed, the higher the rating. f. 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. g. 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. h. Location of the firm in the general geographical area of the Kansas City District. 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. I f the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in F AR 15.412 will be followed for submittals received after the closing date specified in this announcement. Facsimile transmission will not be accepted. In SF 330, Section F, limit response to no more that six (6) projects, use no more than one page per pr oject, 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) from an office other than that identified in Section C shall be so labeled. In SF 330, Section G. 26., along with the name of the person, include the name of the firm with which the person is associated. Include the firm's ACASS number in SF 330, Section H. In SF 330, Section H, describe the firm's overall Quality Control Plan (QCP). A co ntract specific QCP must be prepared and approved by the government after contract award, but is not required with this submission. In Section H also indicate the estimated percentage involvement of each firm on the proposed team. Section H is limited to 15 pages in length. Copies of the SF 330, Part II, for the prime firm and all consultants shall be included in the SF 330. 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. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for t he purpose of discussing this solicitation are not allowed. Questions of a technical nature should be addressed to Douglas H Plachy at 816-389-3052 and those of an administrative nature to Cheryl Williams, 816-389-3809.
 
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
SN01309801-W 20070606/070604220727 (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  © 1994-2020, Loren Data Corp.