Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2009 FBO #2643
DOCUMENT

C -- SYNOPSIS-INDEFINITE DELIVERY CONTRACT FOR MEDICAL FACILITIES A-E SERVICES - SMALL BUSINESS (SB) RESTRICTED COMPETITION - ANNOUNCEMENT/SYNOPSIS

Notice Date
2/18/2009
 
Notice Type
ANNOUNCEMENT/SYNOPSIS
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY09R0019
 
Response Due
3/13/2009
 
Archive Date
9/30/2009
 
Point of Contact
Rebecca Vucinaj,
 
E-Mail Address
Rebecca.Vucinaj@usace.army.mil
 
Small Business Set-Aside
Total Small Business
 
Description
INDEFINITE DELIVERY CONTRACT FOR MEDICAL FACILITIES A-E SERVICES - SMALL BUSINESS (SB) RESTRICTED COMPETITION ________________________________________ Description CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Architectural Engineering services are required to support the Department of Defense Medical (DoDM) program Medical Facilities A-E Services (MFAES) requirements. Huntsville Center is the U.S. Army Corps of Engineers' Medical Facilities Mandatory Center of Expertise and Standardization (MX), and partners with the Corps' project delivery teams, regional business centers/divisions, stakeholders and geographical districts to provide medical expertise and the highest quality medical and medical research facility life cycle support to the Department of Defense (DoD), other federal agencies and foreign governments. The DoDM program funds Army, Air Force and Navy medical treatment, housing, and research facilities. Since originally directed by Congress and established in 1978, the MX has the responsibility to develop medical design and construction policies, technical guidance, procedures, criteria, specifications, and standards that integrate medical unique design, construction and operational requirements. In order to accomplish this objective, the Huntsville Center proposes to award a Multiple Award Task Order Contract (MATOC). Each award will be an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, with a base year and four option years, under which firm-fixed price (FFP) task orders will be negotiated. Contracts are anticipated to be awarded with FY09's, 4th quarter funds. The North American Industrial Classification System code is 541330 and the size standard is $4,500,000.00. The total requirements expected to be awarded under these Restricted MFAES A-E contracts are anticipated to equal approximately $15,000,000. In accordance with FAR 36.209, the A-E Contractor and its subcontractors, suppliers, and consultants selected for award will not be considered eligible for a DoDM construction (with design-build capabilities) contract. The Government will provide each awardee a fair opportunity to be considered for each task order exceeding $3,000 issued under the multiple ID/IQ A-E contracts, unless an exemption provided in FAR 16.505(b)(2) applies. The Government may not contact each of the multiple awardees under the contract before selecting an order awardee. PROJECT INFORMATION: The Medical Facility A-E Services contracts will set forth the general requirements for the performance of various services in support of the DoDM Program to include planning, survey, energy conservation and analyses studies, and other investigations/studies; comprehensive interior designs; development of Request For Proposal (RFP); and design services related to new construction, upgrade, maintenance, and repair of various medical facilities, including related infrastructure systems, medical equipment planning and components worldwide. The design of complex healthcare related facilities and laboratories is an integral part of this requirement. The CEHNC Design Manual (CEHNC 1110-1-1) and Unified Facilities Criteria for Medical Military Facilities (UFC 4-510-01) detail the specific design standards and processes associated with this acquisition for planning, design, construction, sustainment, restoration, and modernization criteria. In addition, the UFC Antiterrorism Force Protection Standards shall be followed. The A-E must be able to provide design considerations for facilities related to healthcare planning. Work may include preparation of design tools, design criteria documents, studies, cost estimates (parametric and quantity take off), interim life safety plans, commissioning plans, facility demolition plans that include hazardous waste identification and removal procedures, concept designs, final designs, construction phase services, and technical review of designs prepared by others. In accordance with FAR Part 16.505(a)(8)(ii) and DFARS clause 252.236-7009, Option for Supervision and Inspection Services, the Government may direct the Contractor to perform any part or all of the supervision and inspection services for the construction contract. Criteria and design tools may include such work as updates to the military medical equipment planning system and medical criteria; update or preparation of specifications; and, preparation of Design-Build Requests for Proposals (RFPs). Studies may include such work as: surveying existing medical facilities for architectural, structural, utility system, life safety and fire safety code deficiencies; site analysis will comprise topographic surveys and subsurface investigations; preparation of planning and programming documents and economic analyses for additions, alterations, and replacement facility projects; preparation of Statement of Condition surveys for Joint Commission Accreditation Review; permits; and, architectural renderings. Design efforts may include new facilities, additions, alterations, interior design, renovations, and upgrades to existing facilities. Construction phase services may include post construction award services, commissioning, and shop drawing review. Studies and designs will be prepared in the English and/or metric system of measurement. Cost estimates will be prepared on IBM-compatible personal computers using Corps of Engineers' Computer Aided Cost Estimating System: software provided by the Government, PACES Cost Estimating System, or similar approved software. Design drawings will be produced in a format fully compatible with the latest versions of Microstation and Autocad at time of contract award. Building Information Modeling (BIM) capability is a requirement. Knowledge and experience with Evidenced Based Design, Leadership in Energy and Environmental Design (LEED), and other sustainable design & energy conservation legislation is required. Specifications will be produced in SPECINTACT using Unified Facilities Guide Specifications. Responses to Government review comments will be provided on Corps of Engineers Automated Review Management System or Design Review and Checking System. Responses to design review comments will be provided using the Corps of Engineers DrChecks system. SELECTION CRITERIA: The selection criteria for the basic ID/IQ contracts are listed below and are equal in importance (first by major criterion and then by each sub-criterion). Criteria (a) through (e) are primary. Criteria (f) is secondary and will only be used as a "tie-breaker" among firms that are essentially technically equal. Price will not be used as a criterion. a. Specialized experience and technical competence in which the primary purpose is design of medical facilities. The contractor shall provide examples of at least 3 to 5 projects that demonstrate relevant experience in each of the following subfactors (1-11). (1) Recent experience performed within the past three (3) years from the release of this announcement for the firm and its key subcontractors in design criteria and the design of Medical facilities, Laboratories (research, animal, clinical, and Bio Safety Labs (BSL), dental clinics, medical clinics, support functions of medical facilities (medical gas systems, power, water, and steam), medical storage facilities, and medical transition spaces. (2) Co-experience of the prime firm and key subcontractors (i.e. any subcontract which equals 10% or more of the prime contract) in working together. (3) Experience in adapting standard design packages and design criteria for medical facilities. The adaptations should demonstrate space conversions working with existing systems in renovating portions of hospitals and various other medial facilities of differing types, sizes, and complexities. (4) Design of medical facilities for federal, state and local government. (5) Specific technical capabilities, such as construction cost estimating, scheduling, value engineering and materials testing. The technical capabilities should demonstrate the type of equipment or software used and the need for subcontractors to perform these tasks. (6) Knowledge of specific laws and regulations. The contractor should demonstrate a working knowledge and application of the Joint Commission (http://www.jointcommission.org/), UFC 4-510-01, UFC Antiterrorism Force Protection Criteria, medical and local codes and regulations that govern medical facilities. (7) Demonstrate the ability to incorporated Evidence Based Design principles into medical facility designs. (8) Demonstrate experience in the development of Interim Life Safety Measures and Infection Control Risk Mitigation design elements for medical facility renovation or additions. (9) Demonstrate the ability to comply with the proposed design cost and a history of designing medical facility projects to pre-defined construction cost limitations and awarded for construction within scope and programmed amount without redesign or extensive options lists. (10) Demonstrate the ability to design in Building Information Modeling (BIM) and identify the software to be used. (11) Demonstrate the ability to incorporate Sustainable Design Development (SDD) and LEED concepts into medical facility designs that achieve federally mandated standards and energy goals. (12) Demonstrate experience in developing Requests for Proposals for medical treatment facilities in Design/Build or similar processes. (13) Design quality control management approach tailored to this procurement. Specifically, how will the contractor maintain the quality of the design and cost control. Define system that will be in place to assure the design quality is maintained. Provide a comprehensive description of how the Quality Control process will be executed including designation of the primary professionals who, apart from the key personnel design team members, will be responsible for quality review. b. Identify the professional qualifications and credentials of personnel in the key disciplines shown below that will be necessary for satisfactory performance of the required services. The Government will consider the qualifications, education, relevant and specialized experience, and training of licensed, registered, and/or certified key personnel. The lead architect or engineer in each discipline must be registered or certified to practice in the appropriate professional field and must have medical facility planning and design experience. In addition, if a subcontractor to the primary firm, how long have they worked together and what part did they play in each of the relevant projects the firm provided as examples of their experience. Resumes shall be provided in Section E for the following personnel: project manager, architect, civil engineer, electrical engineer, mechanical and HVAC engineer, plumbing and medical gas engineer, environmental engineer, cost engineer, structural engineer, fire protection engineer, geotechnical engineer, safety engineer, medical facility planner, communications professional, landscape architect, security/force protection specialist, commissioning specialist, interior designer, land surveyor, industrial hygienist, hazardous materials specialist. Also provide the resume for a LEED Accredited Professional (AP), which can be one of the personnel listed above. c. Past performance of the prime firm and any key subcontractors on recent (i.e. performed within the past three (3) years from the release of this announcement) contracts with the primary purpose of Medical facility design as determined from Past Performance Information Retrieval System (PPIRS) and other sources. PPIRS will be queried for all prime firms. Performance evaluations for any key subcontractors will also be considered. Any credible, information on past performance can be considered, but a board is not required to seek other information on the past performance of a firm if none is available from PPIRS. d. Demonstrate capacity or an effective organization structure, project team and quality management plan to accomplish up to an estimated three (3) task orders simultaneously in a one year period of time as a restricted small business respondent. e. Capability to perform work Outside the Continental United States (OCONUS) and throughout the Continental United States (CONUS), District of Columbia, Alaska, Hawaii, and U.S. Territories and possessions. Firms should demonstrate their capability to perform work in multiple geographic locations. Greater consideration will be given to the A-E firms with the capability to perform work in diverse locations rather than only having experience in one geographic area. Secondary Selection Criteria f. Volume of work awarded by DoD during the previous 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including small businesses and small disadvantaged businesses. SUBMISSION REQUIREMENTS: Offerors must be registered in the Central Contractor Registration (CCR) to be eligible for award. Firms may register via the CCR internet site at http://www.ccr.gov. SF-330 submissions will be received until 1200 (12:00 pm) Central Time on 13 March 2009. Interested firms having the capabilities to perform the work described above must submit seven (7) hard copies of the SF 330 Part I and SF 330 Part II for the prime firm and all key subcontractors to the Contract Specialist as follows: US Army Engineering and Support Center, CEHNC-CT-S, ATTN: Ms. Rebecca Vucinaj, 4820 University Square, Huntsville AL 35816-1822. All hard copy submissions shall be identical in content. The SF 330 Part I shall not exceed 50 pages (8.5" x 11"), including no more than 5 pages for Section H. Each side of a sheet of paper is considered one page. Use no smaller than 12 font type. Include the firm's DUNS number in the SF 330, Part I, Section H. In Section H, indicate the estimated percentage of involvement of each firm on the proposed team. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. Awards are anticipated to be made in the summer of 2009. Point of Contact Rebecca Vucinaj, 256-895-1385 rebecca.vucinaj@usace.army.mil Potential Offerors are to post questions at www.projnet.org using bidder inquiry key 8WTFZC-1XJ98U The following website may be helpful in providing general information: http://www.hnd.usace.army.mil/engr/MFAES/IndustryDay/ Place of Performance Contractor's facilities and project sites OCONUS & CONUS throughout the United States, including Alaska, Hawaii, and all US territories.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7df96d8a2ad2d5829677627101e86c21&tab=core&_cview=1)
 
Document(s)
ANNOUNCEMENT/SYNOPSIS
 
File Name: SYNOPSIS/ANNOUNCEMENT WEBSITE. (https://acquisition.army.mil/asfi/solicitation_view.cfm?psolicitationnbr=W912DY09R0019)
Link: https://acquisition.army.mil/asfi/solicitation_view.cfm?psolicitationnbr=W912DY09R0019

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01752107-W 20090220/090218215341-7df96d8a2ad2d5829677627101e86c21 (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.