Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
MODIFICATION

C -- Modification to Design of Air Force Technical Applications Center (AFTAC) Headquarters, Patrick Air Force Base, Florida

Notice Date
7/15/2009
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Mobile, US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-09-R-0084
 
Response Due
8/5/2009
 
Archive Date
10/4/2009
 
Point of Contact
Terricka D. Leonard, 251-441-6500<br />
 
E-Mail Address
US Army Engineer District, Mobile
(terricka.d.leonard@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice is posted in its entirety and hereby serves as the official solicitation for this contract. POINT OF CONTACT FOR THIS ANNOUNCEMENT IS MRS. MARY F. BRELAND. All questions shall be submitted via the Bidder Inquiry Portal in ProjNet as described in the Submission Requirements below. CONTRACT INFORMATION: A-E services are required for: site investigation, planning, programming, topographic survey and geotech report, engineering studies, concept design, final design and construction phase services for the preparation of Design-Build Solicitation for the design and construction of the Air Force Technical Applications Center Headquarters including a radiochemistry laboratory, Patrick Air Force Base, Florida. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is open to all businesses regardless of size. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded in October 2009. 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 plan is not required with this submittal. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals cannot be met. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for this contract are as follows: a minimum of 70.0% of the contractor's intended subcontract amount be placed with small businesses (SB), 6.2% be placed with small disadvantaged businesses (SDB), 7.0% be placed with women-owned small businesses (WOSB), 9.8% be placed with HUB Zone small business, 3.0% be placed with Veteran-Owned Small Business, and 0.9% be placed with Service-Disabled Veteran-Owned Small Business. If a large business is selected for this contract, the firm will be required to submit a detailed subcontracting plan during contract negotiation. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals cannot be met. The North American Industry Classification System (NAICS) code for this action is 541330. PROJECT INFORMATION: The A-E will design to approximately 35% complete and prepare a Design-Build Solicitation for an approximately 276,000 square-foot, multi-story command and control headquarters facility and an approximately 45,000 square-foot radiochemistry laboratory for use by the Air Force Technical Applications Center, Patrick Air Force Base, Florida. The headquarters facility will house approximately 1,050 personnel conducting missions such as 24/7/365 satellite, geophysical, and hydro acoustic analysis operations monitoring the globe for nuclear explosions. In addition, personnel will conduct in-depth atmospheric studies and analyses and other similar scientific evaluations, conduct highly-technical research and development activities as well as traditional administrative activities. The radiochemistry laboratory will accommodate approximately 50 personnel and will be split into four separate suites: sample analysis, radiochemistry operations/analysis, alpha/beta/gamma counting, and mass spectrometry operations/analysis. Support services for both facilities include: utilities (water, sewer, gas, HVAC, steam), electric services, paving, walks, curbs, gutters, parking, storm drainage, communication and information systems at the Unclassified (NIPRNET), Secret (SIPRNET), Top Secret (JWICS), and Gov classification levels, video teleconferencing, fire protection and alarm systems, and site improvements that include landscaping and a new access drive. The design will be prepared using the English system of measurement. The design of this facility shall be prepared to insure conformity with LEED Certified Silver rating tool. The estimated construction cost of this project is more than one hundred forty million dollars. The selected firm must have the capability to perform surveying and mapping and geotechnical subsurface investigations. Design drawings shall be produced in the AutoCAD 2007 format. Technical specifications will be produced with SPECSINTACT software using Unified Facilities Guide Specifications. Responses to design review comments will be provided using the Government web-based Design Review and Checking System (DrChecks) located at www.projnet.org. Construction cost estimates will be prepared using the latest version of MCACES 2nd Generation (MII) estimating software. 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 thru F are primary. Criterion G is secondary and will only be used as a tie-breaker among technically equal firms. A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE of the firm and consultants in: (1) Design Ability and Excellence. This key evaluation factor considers the applicants recent specialized design and technical competence in the type of work required, including the applicants demonstrated commitment to design excellence and ability to achieve high-quality functional, technical, aesthetic, and economic design for similar/comparable projects. It also includes the applicants experience in translating specific requirements into design documentation and implementing into operational facilities. (2) Recent design of military command and control facilities requiring robust communications and infrastructure to support continuous, high-tempo operations. (3) Recent design of Sensitive Compartmented Information Facilities. Major portions of the building will be required to meet Sensitive Compartmented Information Facility (SCIF) requirements as mandated by Director of Central Intelligence Directive (DCID) 6/9 Physical Security Standards for Sensitive Standards Compartmented Information Facilities dated 18 Nov 02. (4) Recent design of radiochemistry laboratories or similar facilities that include, but not limited to: lab equipment which is sensitive to vibration and electromagnetic interference (EMI). The design will be required to address specifically identified floor frequency vibration limitations and an EMI mitigation study will be required to identify potential risk to sensitive equipment. The EMI study will be used as a guide to route power and communication lines and the locations of electrical panels within the facility. Also areas of the laboratory will require clean room environments at classes up to Class 10,000. (5) Life safety and fire protection design of general office and laboratory facilities. (6) Sustainable design utilizing the Leadership in Energy and Environmental Design (LEED) rating tools. (Those firms that have LEED certified projects, LEED ACCREDITED professionals, and show experience in the LEED certification process will be rated more favorable. It is strongly encouraged that all disciplines have at least one LEED Accredited Professional on the design team). (7) Department of Defense Antiterrorism/Force Protection Construction Standards and Army Security Engineering Manuals TM 5-853-2 and -3. (8) Engineering experience in preparing permit applications relating to construction projects in Florida. (9) Experience using automated cost estimating systems (MCACES 2nd Generation (MII). (10) Technical competence and experience using the International Building Code (IBC). (11) Comprehensive Interior Design for Government projects including space planning and applicable Code of Federal Regulation rules, pre-wired workstations, furniture specifications, and knowledge of the acquisition process including applicable FAR and funding limitations. B. CAPACITY TO ACCOMPLISH THE WORK: The capacity and capability of the applicant, including any consultants, their representatives, qualifications and locations, to complete the concept design (minimum 35 percent on both facilities) and the Design-Build Solicitation (Request for Proposal) to the Ready To Advertise Submittal by 31 May 2010; applicants demonstrated success in completing similar/comparable projects consistent with program, budget, schedule and technical requirements. Evaluation of applicant/teams will include consideration of responsiveness to project requirements and clients on previous projects, and the quality of the relationships maintained throughout these projects. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. C. PROFESSIONAL QUALIFICATIONS: The selected firm must have, either in-house or through consultants, personnel in the following key disciplines with registration required where applicable: a. Project Manager (1); b. LEED Consultant (1); c. Architect (3); d. Mechanical Engineer (2); e. Electrical Engineer (2); f. Fire Protection Engineer (four years experience with all current nationally recognized codes such as National Fire Protection Agency (NFPA), with special emphasis on NFPA 101 Life Safety) (1); g. Structural Engineer (2); h. Civil Engineer (registered in the State of Florida) (2); i. Communications Specialist (Registered Communications Distribution Designer (RCDD)) (2); j. Cost Estimator (The firms cost engineering specialist(s) must be certified by a professional organization, such as AACE, ICEC, and PCEA.) (2); k. Certified Industrial Hygienist (1); l. Interior Design (Interior Designer shall be either a registered architect with specialized experience in interior design, a registered interior designer or an NCIDQ certified interior designer and must demonstrate experience in comprehensive interior design, including space planning, pre-wired workstations, furniture specification, and knowledge of the acquisition process including applicable FAR and funding limitations.) (2); m. Laboratory Design Specialists (3) (Of the three laboratory design specialists, one must be a Registered Architect with at least 10 years of recent experience in the planning and/or design of radiological and/or biosciences laboratories which required implementation of As-Low-As-Reasonably-Achievable (ALARA) design practices; n. Geotechnical Engineer, (1); o. Surveyor (registered in the State of Florida) (1); p. Geologist (1); q. Corrosion Engineer (NACE Certified Corrosion Specialist (1); NACE Certified Cathodic Protection Specialist, or registered professional corrosion engineer) with a minimum of five years experience (type specific) in the design of cathodic protection systems; r. Landscape Architect (1). The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. Resumes contained in Standard Form (SF) 330, PART I, Section E, shall be completed for each discipline, and no more than the number indicated in parentheses by each discipline, i.e. ( ) shall be submitted. Resume shall not exceed one page. Defense Logistics Information Service (DLIS) Registration: The proposer shall provide approved DD Form 2345 Military Critical Technical Data Agreement for all design firms within the Proposal Submission. The Defense Logistics Information Service (DLIS) may be accessed at http://www.dlis.dla.mil/JCP/default.asp. The DD Form 2345, Military Critical Technical Data Agreement, form is available at http://www.dlis.dla.mil/JCP/forms/DD2345Form.pdf. D. DESIGN QUALITY MANAGEMENT PLAN (DQMP). Experience producing quality designs based on the firm's design quality management plan (DQMP). The DQMP should address management approach, team organization, quality control procedures, design-to-cost controls, value engineering, coordination of in-house disciplines and subcontractors, and prior experience of the prime firm and any significant consultants on similar projects. E. PAST PERFORMANCE: Past performance on DOD and other contracts with respect to quality of work, cost control, and compliance with performance schedules including projects or contracts implemented with no overruns; performance from the standpoint of cost including cost overruns (last 3 years); the nature, extent, and effectiveness of contractor's cost reduction program; quality of work; and ability to meet schedules including schedule overruns (last 3 years) (where applicable);Evaluation will be based on established ACASS ratings and other credible documentation included in the SF 330.F. KNOWLEDGE OF THE LOCALITY: Knowledge of climatic conditions of Cocoa Beach, Florida, geotechnical conditions, local/state building codes, and permit requirements. G. SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS AND WOMEN-OWNED SMALL BUSINESS PARTICIPATION: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. H. OTHER REQUIREMENTS: Submitting firms are requested to specifically identify in Section H (in no more than 5 pages total), their experienced based qualifications and capabilities relative to: 1. Providing, maintaining and implementing QA programs that comply with the specified requirements of 10 CFR 50 Appendix B, as implemented using ANSI/ASME NQA-1 (2004 edition) to achieve a Graded Quality Assurance Program relevant to the needs of the AFTAC project. 2. Completing sustainable and energy efficient design including certification under the LEED Green Building Rating System. 3. Development and design integration of facility safety analysis documentation which is relevant to the anticipated radiological components. 4. Reviewing Design-Build Contractor design submittals. 5. Conducting independent LEED energy and atmosphere enhanced commissioning. 6. Supporting review of facility start-up and operational readiness plans. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed and bound paper copy of their SF 330 (Architect-Engineer Qualifications) to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mrs. Mary F. Breland, 109 St. Joseph Street, Mobile, AL 36602. SF 330, 6/2004 edition, must be used, and may be obtained from the Government Printing Office or from the following web site: http://contacts.gsa.gov/webforms.nsf/22f268ed0a398629852569a4006ed7cc?OpenView&Start=30. Include DUNS number in Block 5 of the SF330 PART I, Section B. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 inches by 11 inches. PART I OF THE SF330 SHALL NOT EXCEED 70 PAGES. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF330 at the proper location, and counted as one page. Blank sheets/Tabs separating the sections within the SF 330 will not count in the page-count maximum for PART I. A maximum of five (5) projects including the prime and consultants will be reviewed in PART I, Section F. Use no more than one page per project. When listing projects in PART I, Section F an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. A task order executed under an IDC contract is a project. In Block G-26, along with the name, include the firm with which the person is associated. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. This is not a request for proposal. Solicitation packages are not provided. SUBMITTALS MUST BE RECEIVED NO LATER THAN 3:00 P.M. CENTRAL TIME ON 5 AUGUST 2009. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. The A-E Evaluation Board (Selection Board) is TENTATIVELY SCHEDULED to commence on or about 10 AUGUST 2009. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted in-person at the Mobile District Office. The firms will be allowed a one (1)-hour interview on their qualifications and expertise to assist the Government in selecting the appropriate contractor for this work. The audience will include the customer, other technical representatives of the customer, and Corps of Engineers personnel. A list of questions will be sent to the most highly qualified firms and the date, time, conference room location will be announced at that time. In addition to responding to the interview questions, a 15 minute PowerPoint presentation will be allowed in the overall one (1) hour time limit. No physical building models, floor plans, elevation drawings will be allowed. This is not a request for proposal (RFP). Solicitation packages are not provided nor are the cost proposals solicited. You are cautioned that no work or services for which a cost or fee will be charged to the Government will be allowed. Personal visits for the purpose of discussing this solicitation are not allowed. ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL in ProjNet at http://www.projnet.org/projnet. Questions should be submitted no later than 24 July 2009 at 3:00 p.m. Central Time to allow time for a response. On this date and time the portal will be closed. For questions, no other means of communication, e-mail, fax, or telephone will be accepted. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select agency USACE, enter the Bidder Inquiry Key for this solicitation listed below, and your e-mail address, and then click login. Complete all required information and then click CREATE USER. Verify that information on the next screen is correct and click CONTINUE. From this page you can view all bidder inquiries for this solicitation or add an inquiry. Offerors or Bidders will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team. The Solicitation Number is: W91278-09-R-0084. The Bidder Inquiry Key is: 92OQ69-YXJC6V. Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal. Caution: Any inquiry submitted and answered within this system, will be accessible to view by ALL interested FIRMS on this solicitation. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP. To verify your proposal has been delivered, you may e-mail Mary Breland at: mary.f.breland@usace.army.mil. To be eligible for contract award, a firm must be registered with the Central Contractor Registration (CCR) database. For instructions on registering with the CCR, please see the CCR Web site at http://www.ccr.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-09-R-0084/listing.html)
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL<br />
Zip Code: 36628-0001<br />
 
Record
SN01875965-W 20090717/090715235706-f9f60bacdcf17e693b668b623f4645d7 (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.