Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
SOURCES SOUGHT

C -- Architect-Engineer (A-E) Services Firm Fixed Priced Contract M-1905 for General A-E Services primarily to support work for Keller Army Hospital located at United States Military Academy, West Point, NY

Notice Date
7/9/2008
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, New York, US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-08-AE-0004
 
Response Due
7/29/2008
 
Archive Date
9/27/2008
 
Point of Contact
Shaukat Syed, 917-790-8176
 
Small Business Set-Aside
N/A
 
Description
Announcement Information for Architect Engineer (A/E) Services: THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS FROM 8(a), SDVOSB, AND HUBZONE FIRMS AND ALL SMALL BUSINESS FIRMS. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. HOWEVER RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUIS ITION STRATEGY FOR A FUTURE ACQUISITION. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. HOWEVER RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUIS ITION STRATEGY FOR A FUTURE ACQUISITION. The purpose of this announcement is to gain knowledge of potential 8(a), SDVOSB, Hubzone and ALL small business firms. The NAICS Code is 541330 (size standard $4.5 million average annual receipts for preceding three fiscal years). Interested Small Business firms are required to submit a Standard Form (SF) 330 (For additional information see paragraph 4. SUBMISSION REQUIREMENTS 1.CONTRACT INFORMATION: The future procurement will be awarded using a Firm Fixed Priced Contract (FFPC). Estimated value of A-E design services is $1.1Million 2.PROJECT INFORMATION: A-E services may include but are not limited to the following: Primarily consists of work involving the existing clinic addition to the Keller Army Community Hospital in conjunction with a hospital renovation. The addition will house outpatient clinics including primary care, orthopedics, optometry and ophthalmology, as well as a TRICARE service center, and staff/administrative support. Other renovations include work necessary to make repairs and improvements to the existing hospital. Support facilities include: utilities (water, sewer, gas, HVAC, steam) electric services, paving, walks, curbs, gutters, parking, fencing, storm drainage, communication and information systems, fire protection and alarm systems, and site improvements including landscaping. Building Information Modeling (BIM) will be required. Provide construction phase and other services that may include preparation of operation and maintenance manuals, shop drawing review, design during construction and commissioning/start-up/fit-up design support. Site investigation, LEED Green Building Sustainable design geotechnical reports, topographic surveys, cost estimating using the latest version of M-CACES, PACES and MII [M2] software, Interior Design, Hazardous Materials Abatement. CADD and GIS deliverables may also be required. Deliverables in Micro station or AutoCAD format, Preparation of CADD drawings shall be prepared in accordance with the Architectural/Engineering/Construction (A/E/C) Computer-aided standard version (CADD). 3.EVALUATION CRITERIA: The evaluation factors are listed below in descending order of importance. a.ABILITY TO PERFORM AT LEAST 50% OF THE CONTRACT WORK. The prime firm should submit a Plan/Approach demonstrating how they (without assistance from their sub-consultants) can perform at least 50% of the contract work in accordance with EP 715-1-7, Chapter 3-8 (2) c which can be found at http://www.usace.army.mil/publications/eng-pamphlets/ep715-1-7/toc.htm b.EXPERIENCE Demonstrated experience with the following services: Design of new & renovation (alteration) of medical type facilities Design of small to large ($5m to $200M) medical type facilities (ambulatory care, hospitals, clinics, etc.), Design-Build RFPs. NY State Historical Preservation Office (SHPO) Program and Design charrettes. Life safety and fire protection design of medical facilities. SPECSINTACT Specifications will be produced using Corps of Engineers Military Construction Guide Specifications. Dr. Checks review system. Project will be designed in accordance with: Unified Facilities Criteria (UFC) 4-510-1 (formally Military Handbook 1191), DoD Medical Military Facilities Design Criteria; Uniform Federal Accessibility Standards (UFAS); Americans with Disabilities Act Accessibility Guidelines (ADAAG); UFC 4-010-01, DoD Minimum Antiterrorism Standards for Buildings. Projects in confined spaces/areas and experience in maintaining building operations while construction is on-going. The project is located in the National Historic Landmark Cadet Zone; therefore, the A/E should have experience in masking or screening construction sites in context with existing construction. 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; reduction 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 A-E firms who do not have full in-house capability must demonstrate how they will manage sub-contractors and insure quality control. Prime firms must demonstrate its plan for successful quality assurance and integration of all design disciplines. Firms must haven proven capability c.QUALIFICATIONS: SUBMISSION REQUIREMENTS: Resumes of the overall Project Manager and senior personnel of each key discipline shown below in the list of professional disciplines. This information can be listed in The SF 330, Part I Item E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Consideration will only be given to firms that assemble a team of in-house and/or consultants/subcontractors with a professional staff consisting of the following disciplines: Principal, Project Manager, Architect, Mechanical Engineering, Electrical Engineering, Structural Engineering, Telecommunications Engineering, Civil Engineering, Cost Estimators, Fire Protection Engineering, Topographical Surveying, Certified Industrial Hygienist (CIH), Quality Assurance Manager (based on the firms QA/QC Plan), Medical Equipment Planner, Geotechnical Engineering, Cost Estimating, Space Planners and Certified Interior Designers. d.ORGANIZATION SUBMISSION REQUIREMENTS: 1. Certification of your firm as follows: For SDVOSB firms provide self-certification. For disadvantaged business types provide SBA certification. 2. Indicate proposed teams of both Prime and each sub-consultant to include: Name of prime firm and sub-consultants, addresses, role in this contract and POC information of each firm. (SF 330, Part I Item C. PROPOSED TEAM) 3. Organizational Chart of Proposed Team. Describe what firms, their resources and how their resources will be utilized, their roles and responsibilities, team members. (SF 330, Part I Item D. ORGANIZATIONAL CHART OF PROPOSED TEAM) 4. Total number of employees of prime & sub-consultant dedicated to the contract, listing each employees function, professional discipline, professional license listing the state and date of registration. (SF 330, Part II GENERAL QUALIFICATIONS) 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 (3) 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 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 120 pages. Section E is limited to 40 pages. Each page shall be numbered. Section dividers dont count towards overall page limit. Submittals that exceed these page limits and other instructions may not be evaluated by the Board. 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 registered 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 Submit three (3) completed SF330s to: Attn: Stephen DiBari, P.E. CENAN EN M, Room No. 2037 US Army Corps of Engineers, NY District, 26 Federal Plaza New York, NY, 10278 Submittals will not be accepted after 4:00 pm on the original response date shown in the advertisement in the FedBizOps. 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 into the building. If we do not receive an adequate number of qualified respondents (i.e., two or more responsible firms), the solicitation shall be issued on an unrestricted basis and all firms regardless of size shall be eligible and encouraged to compete for this project.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f386b52ccb8c5d6c1e544d196dc71c1d&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN01609583-W 20080711/080709220924-f386b52ccb8c5d6c1e544d196dc71c1d (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.