Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2007 FBO #2029
SOLICITATION NOTICE

C -- DESIGN FOR ADDITION/ALTERATION (ADAL) TO WILLIAM BEAUMONT ARMY MEDICAL CENTER (WBAMC), FORT BLISS, TEXAS

Notice Date
6/15/2007
 
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-07-R-0067
 
Response Due
7/16/2007
 
Archive Date
9/14/2007
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: This announcement is open to all businesses regardless of size. The estimated construction cost of this project is between $25 - $100 Million. Firms having substantially created any of the underlying documents related to t his solicitation shall be precluded from submitting a statement of qualifications as a prime or a member of a joint venture. This contract shall be procured in accordance with PL-582 (Brooks A-E Act) and implemented in FAR Part 36.6. A firm will be selec ted for negotiation based on demonstrated competence and qualifications for the required work. North American Industrial Classification System Code applicable to this project is 541330, Engineering Services, which has a size standard of $4,500,000 in avera ge annual receipts and corresponds to SIC Code 8711. The contract is anticipated to be awarded in FY 2007. Architect-Engineer services are required for a Firm Fixed Price contract for engineering, schematic (Charrette) design (10%), concept design (35%), working drawings (65%), final design (100%), construction phase services, and other services for the subject project. The services will include, but not be limited to, any or all of the following: design, drafting, and planning services for new constructi on; renovation, demolition and alterations of existing facilities; interior design; construction cost estimating; topographic or boundary surveys; various engineering studies and site investigations; subsurface geotechnical investigation and testing; and e nvironmental studies/surveys and abatement design. Construction phase services may include site visits, technical assistance, preparation of operation and maintenance (O&M) manuals, and shop drawing and construction submittal review and approval. Other s ervices will include Comprehensive Interior Design (CID), commissioning design and support, design of tenant improvements and support services, and startup services. All work must be done by or under the direct supervision of licensed professional Archite cts or Engineers. 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 m ay vary, and final completion date may vary. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it plans to subcontract. The subcontracting goal s for the Fort Worth District which will be considered in the negotiation of this acquisition are: (1) at least 51.2% of a contractors intended subcontract amount be placed with small business (SB); (2) at least 8.8% of a contractors 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-disabl ed veteran-owned SB; and (5) at least 3.1% of a contractors intended subcontract amount be placed with HUBZone SB. The plan is not required with this submittal. 2. PROJECT INFORMATION: This project requires the design of approximately 60,000 SF as addi tion and approximately 40,000 SF as alteration to William Beaumont Army Medical Center (WBAMC) to support BRAC 2005 re-stationing actions at Fort Bliss. The addition will provide new space for inpatient services; and the alteration will provide additional beds for Labor and Delivery and Inpatient Psychiatry, expansion of Radiology and Emergency Departments, and efficient realignment of other services. Comprehensive construction phasing plans and associated specifications will be included as part of the de sign. Design work will include the addition of or expansion of existing information systems, intrusion detection systems, energy monitoring and control systems , fire/smoke detection/alarm systems, air conditioning systems, and connections to the installation central systems; and the provision of building and site antiterrorism measures, access for individuals with disabilities, as well as support facilities incl uding utilities, streets, parking and exterior lighting. Design considerations also include architectural, value engineering, environmental and EPA regulatory considerations including storm water pollution prevention plans. Project deliverables may inclu de engineering and planning studies, environmental studies, topographic surveys, soil borings/samples for testing, and boring logs. Work may also include on-site construction surveillance/contractor submittal review. The project will also include demolit ion associated with the alterations to the existing WBAMC. Hazardous materials surveys to include PCBs, radioactive materials, asbestos and/or lead based paint may be required. Demolition design shall include abatement requirements. Sustainable principl es (LEED silver) will be integrated into the design, development, and construction of this project. The design will be prepared using the English system of measurement. Building Information Modeling (BIM) software will be utilized during the design phase and will also be developed for use by the General Contractor and subcontractors during construction. The AE design firm is to use BIM application certified in the IFC Coordination View (2X2 or better) for Design Development, Design Analysis, Interference Checking, Design Coordination & Review, Specification Coordination, Contract Document Protection, Visualization/Rendering, Quantities Take-Offs/Cost Estimation, Construction Data Management, Modifications, Requests for Information (RFIs), and As-Builts. The IFCs provide a standard format for BIM to allow sharing of information between domain and discipline software systems. Construction cost estimates will be prepared using the Corps of Engineers MII Computer Estimating System. All CAD files used for t he creation of the construction documentation plan set will be delivered in MicroStation v8 and prepared in conformance with the CADD/GIS Technology Center A/E/C CADD Standard Release 2.0 (available at https://tsc.wes.army.mil/products/standards/aec/aecstd web.asp). The specifications will be produced in SPECINTACT using Unified Facilities Guide Specifications. Responses to design review comments will be provided using the Corps of Engineers DrChecks system. 3. SELECTION CRITERIA: Selection criteria f or this acquisition are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria 'a' through 'f' is primary. Criteria 'g' and 'h' are secondary and will only be used as tiebreakers between technic ally equal firms. a. Specialized experience and technical competence. Team must demonstrate capabilities in the following: (1) Design of addition to and alteration of existing healthcare facilities must include maintaining an operational hospital during all construction activities. All Joint Commission Environment of Care (EoC) Standards, Interim Life Safety Measures (ISLM), etc. will be provided as an integral part of all phases of design and construction. (2) The selected team must demonstrate recent e xperience (within the past five years) of new medical treatment facilities and support facilities with a minimum construction dollar value of $20,000,000.00. (3) Life safety and fire protection design of such facilities. Firm must have personnel with at l east five years experience in Fire Protection and Life Safety Design who are familiar with the use and application of NFPA codes with emphases on healthcare facilities and UFC 3-600-01, Design: Fire Protection Engineering for Facilities. (4) Experience in developing a phased or staged design to allow early occupancy of particular areas of a construction project and to expedite project completion. (5) Application of construction cost control through appropriate design and estimating techniques on complex projects during fluctuating markets to insure the project remains within budget. (6) Experience in energy efficiency and conservation in healthcare facility design , pollution prevention, waste reduction, and the use of recovered materials. (7) Firms must demonstrate the capability to design project(s) incorporating the latest DoD Force Protection/Anti-Terrorism criteria. (8) Demonstrate experience in design and surv ey requirements for abatement of asbestos, lead-based paint, and the handling/disposal of other 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. (9) Use of automated design tools described above (MII, M-CACES GOLD, CADD, SPECSINTACT, and DrChecks). (10) Firms must demonstrate experience in the general use of BIM and specific use in the area of healthcare design; to include the e xperience level of the individual project design-team members. Firms must demonstrate initiatives undertaken in implementing the use of BIM in innovative solutions and added-value processes. b. Qualified currently licensed/registered/certified (as indicat ed) professional personnel, either in-house or with consultants, in the following key disciplines and in the minimum number indicated for each discipline in parenthesis: Project Manager (1); Registered Professional Architect (2); Registered Professional El ectrical Engineer (2) (The electrical engineer shall be a registered Professional Engineer (P.E.) with a bachelor or master of science degree in Electrical Engineering with a minimum of five years of current design experience related to design of healthcar e facilities. At least three of the five years experience shall be in design of electrical systems (low voltage, normal, emergency power and lighting systems) within healthcare facilities similar to those required for this project. The Electrical Enginee r shall not have any responsibilities for communications systems design.); Registered Professional Mechanical Engineer (2) (The mechanical engineer shall be a registered P.E. with a bachelor or master of science degree in Mechanical Engineering with a mini mum of five years of current design experience related to design of healthcare facilities. At least three of the five years experience shall be in design of steam, heating water and chilled water generation and distribution systems, including primary ener gy plants, as well as air handling and distribution for critical inpatient facilities.); -Registered Professional Plumbing Engineer (2) (The plumbing engineer shall be a registered P.E. with a bachelor or master of science degree in Mechanical Engineering with a minimum of five years of current design experience related to design of healthcare facilities. At least three of the five years experience shall be in design of plumbing and medical gas systems for healthcare facilities similar to those required fo r this project. The plumbing engineer shall be certified by the American Society of Plumbing Engineers.); Registered Professional Civil Engineer (2); -Registered Professional Structural Engineer (1); Registered Professional Fire Protection Engineer (1) (T he fire protection engineer shall be a registered P.E. who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering and Surveys (NCEES) with a minimum of five years work experience ded icated to fire protection engineering. The Fire Protection Engineer shall have a minimum of two years of experience in the interpretation and application of NFPA 101 and/or the life safety requirements of model building codes relating to healthcare facili ties, a minimum of two years of experience in the design and/or review of fire suppression systems and fire alarm systems including experience in the review of shop drawings and sprinkler system hydraulic calculation and in the interpretation and application of the National Fire Codes and/or other model building codes, a minimum of three years of experience in the design of healthcare facilities, and a minimum of three years of experience in the testing of fire protection systems.); Life Safety Specialist (1); Value Engineer (1); Texas Certified Environmental Survey Personnel (2) (Asbestos, lead-based paint, soil, etc.); Environmental Design Personnel (2) (Asbesto s, lead-based paint, soil, etc.); Cost Estimator experienced using M-CACES/MII software (1); Dedicated BIM Manager not associated with project execution requirements (1); Registered LEED accredited professional with US Green Building Council (1); Qualified Communications Systems Engineer/Distribution Designer (1) (The communications system 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 ex perience. At least three of the five years experience shall be in the design of healthcare communications systems similar to those required for this project.); Qualified Commissioning Engineer (1) (The commissioning engineer (or engineers when a single in dividual is not qualified in all systems) shall have a bachelor or master of science degree in Mechanical or Electrical Engineering, a minimum of five years of experience in the commissioning of healthcare facilities; a minimum of five years of experience in the commissioning of HVAC and electrical power systems for inpatient facilities; and expertise in the design, testing and balancing, operation, and troubleshooting of these systems, their controls and peripheral operating equipment); Architectural Hardw are Specialist (1); X-Ray Shielding (1) (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 i n, medical X-ray and gamma-ray shielding.); Certified Industrial Hygienist (2); Medical Equipment Planner (1); Interior Designer (1); Operations & Maintenance Systems Specialist (1); Registered Geologist or Soils Engineer (1); Registered Professional Surve yor (1) with survey crew. Resumes contained in Standard Form (SF) 330 Architect-Engineer Qualifications, PART 1, Section E, Page 3 shall be submitted for each discipline above. Resumes shall not exceed one page. Availability of an adequate number of pers onnel 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 relevant experience, and longevity with the firm. c. K NOWLEDGE OF THE LOCALITY of the project including geologic features, climate conditions, architectural context, local construction methods and materials, and local/state building codes and permit requirements. d. DESIGN QUALITY MANAGEMENT PLAN (DQMP): Exp erience in producing quality designs based on an evaluation of the firms outline of its Design Quality Management Plan (DQMP). The outline/summary DQMP shall include lines of authority and responsibility and briefly address management approach, team orga nization, quality control procedures, cost control, schedule control, value engineering, coordination of in-house disciplines and any outside consultants, and prior experience of the prime firm and any significant consultants on similar projects. The SF 3 30 shall clearly indicate the primary office where the work will be performed and the staffing of that office. e. PAST PERFORMANCE: Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules. Evaluation will be based on established Architect-Engineer Contract Administration Support System (ACASS) ratings and other credible documentation included on the SF 330. f. CAPACITY TO ACCOMPLISH WORK: Capacity to complete Concept Design (35% design) 180 days after project award and final design (100% design) 360 days after project award. The evaluation will consider the experience of the firm and any consultants with similar size projects and the availability of an adequate number of personnel in key disciplines. In Section H, Part I, SF 330, prime firm must show their last 12 months of Federal medical contract awards stated in dollars. g. SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS, AND WOMEN-OWNED SMALL BUSINESS PARTICIPATION (applies only to Large Business Firms): Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black coll eges and universities, and minority institutions in the proposed contract team measured as a percentage of the total estimated effort. h. VOLUME OF DoD CONTRACT AWARDS IN THE LAST 12 MONTHS: DoD awards shall be shown in an itemized summary including Agenc y, Contract Number/Task Order No., Project Title, and Award Dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto shou ld be included in the amounts. 4. SUBMISSION REQUIREMENTS: Submittals shall be sent to: US Army Corps of Engineers, Fort Worth District, Attn: June Wohlbach, 819 Taylor Street, Suite 2A19, Fort Worth, Texas 76102-0300 (P.O. Box 17300). GENERAL INSTRUCT IONS: (a) Interested firms (single firms or joint ventures) having the capabilities to perform this work must submit two (2) copies of an SF 330 (6/2004 Edition), to the above address not later than 10:00 a.m. (Central Time) on the response date indicate d above. Late proposal rules found in FAR 15.208 will be followed for late submittals. Submission by telephonic facsimile or electronic mail will not be accepted. Personal visits to discuss this announcement will not be allowed; (b) Submit a compiled SF 330, Part I from the prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm and sub consultants) proposed for the contract. Do not include company literature with the SF 330; (c) Use no smaller than 10 font type using standard English. Front and back side use of a single page will count as 2 pages. Pages in excess of the maximums liste d will not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. SF 330, PART 1 ADDITIONAL INSTRUCTIONS: (a) In Section C, identify the discipline/service to be supplied by each consultant; (b) In Section E , provide brief resumes of the on-staff or subconsultant 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; (c) In Section F, a maximum of 10 projects i ncluding the prime and subconsultants will be reviewed. Use no more than one page per project; (d) In Section G, block 26, include the firm and location the person is associated with. The names of all individuals included in the resumes in Section E sha ll be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart indicating how each firm on the proposed team (prime and each subcont ractor as identified in part I, Section C) integrates into the composite team; (e) In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this synopsis. When add ressing team capabilities, clarify planned capability, existing capability, and prior experiences if any. Include any other relevant information including a sh ort discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3 herein. Under paragraph 3g, above, provide an itemized summary of DOD awards to include Agency, Contract Number/Task Order No., and Proje ct Title and amount. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders (This information will be used as a primary selection factor for specialized experience and secondary selection factor, volume of award. Generally, describe the firms overall Design Quality Management Plan (DQMP). (A project-specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission.) Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed 20 pages for Block H. SF 330, PART II ADDITIONAL INSTRUCTIONS: (a) Responding firms must submit a copy of a current and accurate SF 330, P art II for the specific prime, other offices of the prime and subcontractor offices proposed to perform the work even if one is already on file. All Part IIs MUST be signed (signed within the past 12 months) and dated either by an original handwritten sig nature or a cut and pasted facsimile of an original signature. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HUBZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified a s a small business, a firms average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 million; (b) In Block No. 4 Part II, provide the Data Universal Numbering system (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e., not the parent company DUNS number, but a DUNS number specifically for the office performing the work. Each branc h office and/or joint venture must have their own DUNS number); and (c) Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. Points of Contact: Contracting  June Wohlbach, (817) 886-1069, Technical  Shaleigh Daniel (817) 886-1479, e-mail your questions to US Army Engineer District, Fort WorthMilitary at: june.wohlbach@swf02.usace.army.mil. This is not a request for proposal.
 
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
SN01320298-W 20070617/070615223832 (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.