Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 05, 2008 FBO #2231
SOLICITATION NOTICE

C -- A-E Sustainable Energy Design Services for LEED Certification (Platinum).

Notice Date
1/3/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
Division of Contracting and General Services U.S. Fish & Wildlife Service 911 NE 11th Avenue Portland OR 97232
 
ZIP Code
97232
 
Solicitation Number
801818M087
 
Response Due
1/3/2008
 
Archive Date
1/2/2009
 
Point of Contact
Vernon Hadley Contracting Officer 5037364469 Vernon_Hadley@fws.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
Description The U.S. Fish & Wildlife Service's Desert National Wildlife Refuge includes more than 1.5 million acres of diverse Mojave Desert, including one of the largest intact blocks of desert bighorn sheep habitat remaining in the Southwest. The administrative office for the refuge is currently located at the Corn Creek Field Station, approximately 25 miles north of Las Vegas. Las Vegas draws 35-37 million national and international tourists each year, with a growing percentage of those visitors seeking non-gaming recreational activities. The Service intends to draw a small portion of these visitors to a visitor and administrative facility at the Corn Creek Field Station in an effort to raise public awareness for the National Wildlife Refuge System's mission and to provide information on wildlife and habitats of the Desert NWR. Several existing buildings will be removed as part of this project. The Service has developed a national Suite of Standard Facility Design Concepts. This project will utilize the medium-size, one story floor plan. As these standard designs are only developed to the concept level, we have an opportunity to include many sustainable and energy efficient features within the confines of the standard design concept with the goal of LEED Platinum Certification. We are considering straw bale and/or rammed earth for a highly insulated building, passive solar, geothermal and photo voltaic to provide energy needs, composting toilets, rainwater harvesting, and pervious concrete. These were proposed during an earlier planning document, Desert Visitor Center and Administrative Facilities at Corn Creek, Las Vegas, NV. Concurrent to this project, a habitat restoration and trail project is being designed and constructed. Some consideration for construction sequencing will be needed to insure both projects can be completed to provide a seamless site. A separate interpretive contractor for the visitor center will also run concurrently that the A/E firm will need to coordinate with. The overall design and construction project will have a contract completion period of approximately two-years. This project includes, but is not limited to: 1. A value engineering analysis of the concept outlined in Desert Visitor Center and Administrative Facilities at Corn Creek, Las Vegas, NV. 2. Design of an 11,000 sf (approx.) Administration/Visitor facility that includes office space for Desert NWR staff, visitor facilities, lobby, exhibit hall, reception area, bookstore, multi-purpose room, archaeological curation room with sliding storage shelving, public restrooms, and covered picnic shelter. 3. Design of a 4,000 sf (approx.) maintenance building. This building will include 5 bays, 2 offices, locker room, shower, restroom, laundry/utility room, and new septic system for the building. 4. Refinement of the Site Plan for the Corn Creek Field Station that includes a new administration/visitor building, maintenance building, and associated vehicular and pedestrian circulation. The plan will also need to show the restoration area and trail, but the architect-engineering firm will not be responsible for its design. 5. Design of utilities for the project. Utilities exist on site (power, phone, well, septic) and the Site Plan should show all existing and proposed infrastructure, and as well as structures proposed for demolition. 6. Engineering feasibility to determine utility upgrades needed to handle increased loads of the new facilities, including sustainable features proposed in the earlier planning effort. Long-term operation and maintenance must be taken into consideration. 7. Design and documentation for LEED certification. 8. Coordination with interpretive contractor to incorporate interpretive requirements into the project, such as electric power, lighting, acoustical, and space provisions for exhibits. 9. Detailed cost estimate of the approved alternative assuming the midpoint of construction in January 2009. 10. Options to use the approved design (or a modified version) for additional, USFWS projects. SCOPE OF WORK The scope of professional services will require at a minimum for use by USFWS Contracting Officers: professional architectural, engineering, interior design, and related consulting services for verification of existing systems and conditions, concept design documents, design development documents, construction documents, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD), document preparation , as well as possible post-construction contract services (PCCS) that may include shop drawing review and approval, construction inspection, and other required supplemental services if so requested by the Government. For the Corn Creek Field Station, the scope of design work would include, but not necessarily be limited to, the following: (1) survey of existing conditions; (2) detailed scope verification; (3) energy conservation analysis; (4) complete architectural and engineering design; (5) preparation of specifications and CADD drawings for construction documents; (6) value engineering; (7) costs analysis; (8) post-construction contract services (PCCS); (8) record drawings and construction phase A/E inspection services. Throughout the design process, the selected lead designer and A/E will assist the Government in identifying those elements of work that can be accomplished within the cost limitations for the project. The scope of Construction work to be covered in the design, as it relates to this initial project will include, but not be limited to, the following: value engineering; costs analysis; assistance with construction proposal analysis, post-construction contract services (PCCS), record drawings and construction phase A/E inspection services. SELECTION PROCESS This is a Request for Qualifications (RFQ) of A/E Firms with a lead designer/engineer interested in contracting for this work. The A/E Firm as used in this RFQ means an individual, firm, partnership, corporation, association, or other legal entity permitted by law to practice the profession of architecture or engineering that will have contractual responsibility for the project design. The lead designer/engineer is the individual or the team of designers and engineers who will have primary responsibility to develop the concept and the project design. The A/E selection will be completed in two stages as follows: In Stage I, interested lead designer/engineers and associated A/E firms will submit portfolios of accomplishments that establish the design capabilities of the lead designer/engineer-design firm. In STAGE II, short-listed lead designer/engineer-A/E firms and representatives from their team will be interviewed. STAGE I All documentation will be in an 8 x 11 format. The assembled Stage I portfolio should be no more than 1-inch thick. Submissions may be double-sided where feasible. The portfolio should include the following: a cover letter referencing the FedBizOpps announcement and briefly describing the firm and its location, organizational makeup, and noteworthy LEED certified accomplishments; Standard Form 330 Architect Engineer Qualifications Part II dated no earlier than 12 months from the date of this synopsis; and responses to the submission requirements and evaluation criteria listed below. The SF 330 may be obtained from http://www.gsa.gov.forms.far.htm. SF254 and SF255 Forms will not be accepted. An A/E Evaluation Board consisting of a private sector peer and USFWS professionals will evaluate the submissions. The board will establish a shortlist of three to six firms. The shortlist will be based on the A/E Design Firm's submittal in response to this Request for Qualifications. The A/E Design Firm will provide specific evidence of its capabilities to deliver Design Excellence within the context of sustainable energy design, and ability to design within cost limitations, and will express its design approach and philosophy. Identification of team members, other than the lead designer(s) is not required at this stage. Consultant and production firm (if different from the design firm) information should not be included in the Stage I portfolio. SUBMISSION REQUIREMENTS AND EVALUATION: Qualifications submitted by each A/E firm will be reviewed and evaluated based on the following criteria: (1) PAST PERFORMANCE ON DESIGN (35%): The A/E Design Firm will submit a portfolio of not more than five projects completed in the last ten years (maximum of five pages per project). The narrative shall address the design approach with salient features for each project and discuss how the clients program, function, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. It should comment on the relevance of submitted projects to the USFWS (sustainable energy in a desert environment) project including how the project clearly demonstrates competence in sustainable, energy efficient features, and whether eligible for LEED certification. This section of the submission should include tangible evidence such as certificates, awards, and peer recognition, etc., demonstrating design excellence, and provide a client reference contact for each project, including name, title, address, email, phone, and fax numbers. A representative floor plan, site plan, building section, or other appropriate drawing, and a minimum of two photographs must be included for each project. (2) PHILOSOPHY AND DESIGN INTENT (25%): In the lead designer/engineer's words (maximum of two written pages), as it relates to this project, state: the parameters of an overall design philosophy; his/her approach to the challenges of sustainable energy design and related issues; and the parameters that may apply to design and building in the USA Southwest Desert, with a focus on coordinating construction, and working with other contractors (i.e., interpretive services and trail restoration and design. (3) LEAD DESIGNER/ENGINEER PROFILE (15%): Submit a biographical sketch (maximum of three pages) including education, professional experience, recognition for design efforts inclusive of portfolio examples. Identify and describe areas of responsibility and commitment to each project. (4) LEAD DESIGNER/ENGINEER'S PORTFOLIO (25%): Submit a portfolio representative of the lead designer/engineer's ability to provide Design Excellence. Address his or her participation in each project. If a single designer/engineer, submit a portfolio of up to three projects completed in the last ten years (maximum of five pages per project). If the lead designer/engineer is a team, submit graphics and a description of up to two projects from each lead designer/engineer or lead design/engineer discipline. The narrative shall address the design philosophy with salient features for each project and discuss how the client's program, functional, image, mission, economic, schedule, and operations and maintenance objectives were satisfied by the overall design/planning solution. Include tangible evidence such as certificates, awards, peer recognition, etc., demonstrating design excellence. Where there is duplication with criteria (1) Past Performance on Design, the lead Designer/engineer shall address his or her participation in the project. One of the goals of this project is to develop an award winning design that meets the project's programming and budget parameters. In addition, appropriate and cost-effective integration of sustainable design principles will be required. Formal LEED certification as outlined by U.S. Green Building will be pursued dependent upon project budget. Nonetheless, LEED 2.0 criteria will still be used as one of the tools in developing a successful design solution for this project. Therefore, in addition to aesthetic design excellence, the demonstration of successful integration of sustainable practices will also be evaluated. STAGE II: The short listed lead designers/engineers and associated A/E firms will be notified and asked to submit more detailed information indicating each member of the design team, including all outside consultants. Sufficient time will be provided for the A/E Design Firm/lead designer/engineer to establish its team. The firms will be required to complete Standard Form 330 Architect-Engineer Qualifications Parts I and II that reflect the entire design team, including consultant information. The government will establish the detailed evaluation criteria and the date that these submittals are due and provide the selection criteria for the interviews along with the Stage I shortlist announcement. The board will interview each team. Candidates should be prepared to discuss all aspects of the criteria indicated above and evaluation criteria as established for Stage II, and demonstrate their ability to fulfill all project requirements. Emphasis will be placed on the lead designer/engineer-A/E team's understanding of the unique aspects of the project, their design philosophy, project management process, and quality assurance plan. Responses to the evaluation criteria and interview questions will be used to rank the A/E Teams. IMPORTANT INFORMATION FOR STAGE I SUBMITTALS Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting (1) Standard Form 330 Architect Engineer Qualifications Part II, which must not be dated more than twelve (12) months before the date of this synopsis along with (2) letter of interest and (3) the portfolio To: " Contracting Officer: Vernon Hadley, " Delivery Address: USFWS/CGS, 911 NE 11th Ave, Portland, Oregon 97232-4181 ALL SUBMISSIONS ARE DUE BY 4:00 PM PST, February 5, 2008. A total of six (6) copies should be submitted. The following information must be on the outside of the sealed envelope: 1) solicitation number/title, 2) due date, 3) closing time. The resulting contract will be an IDIQ with a base-year, plus 4-option years, beginning in FY08. This procurement is open to small and large business concerns. The NAICS Code is 541310. This procurement is open to small and large business concerns. Before award of the contract, the A/E (if not a small business of $12,000,000 gross receipts over a three (3) year period or no more that $4,000,000 gross average receipts per year for the same time frame) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 950507. Small, women-owned, and small disadvantaged firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small and disadvantage firms as part of their original submittal teams (Stage II). Contract will be procured under the Brooks A/E Act and FAR Part 36. The government will not allow payment for travel, living expense, computer time or hookups for the prime or the consultants for expenses or efforts under Stage I and/or Stage II submissions. THIS IS NOT A REQUEST FOR PROPOSALS. Original & Current Point of Contact Vernon Hadley, Contracting Officer, Phone: 503 736 4469, Fax: 503 231 6259, Email: Vernon_Hadley@fws.gov Place of Performance Address: Desert National Wildlife Refuge, Las Vegas, Nevada, Country: USA
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144851&objId=394723)
 
Place of Performance
Address: Las Vegas, Nevada
Zip Code: 89020
Country: USA
 
Record
SN01478708-W 20080105/080103223945 (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.