Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
SOLICITATION NOTICE

C -- A-E Services for Design of Joint Special Operations University, MacDill Air Force Base, Florida

Notice Date
7/6/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-11-R-0064
 
Response Due
8/10/2011
 
Archive Date
10/9/2011
 
Point of Contact
Terricka D. Leonard, 251-441-6500
 
E-Mail Address
USACE 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, topographic survey, engineering studies, schematic design (charrette), cost estimates, concept design, final design and construction phase services for the Design of Joint Special Operations University, at MacDill Air Force Base, Florida. Construction phase services may be accomplished by modification to the contract and include preparation of enhanced commissioning, shop drawing review, submittal review, site visits, technical review for Requests for Information. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Selection of A-E firms will not be based upon competitive bidding procedures. Costs or price proposals are not required at this time for this solicitation. Price will be negotiated once the firm is selected for award of the contract. The firm will be selected for negotiation based on demonstrated professional qualifications necessary for the performance of the required services. 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 January 2012. If a large business is selected for this contract, it must comply with FAR 52.219-9 with regard to the requirement for a subcontracting plan on that part of the work it plans to subcontract. The plan is not required with this proposal submission. The plan shall be submitted once the firm enters into the negotiation phase of the contract. The subcontracting goals for this contract are as follows: A minimum of 50.0% of the contractor's intended subcontract amount be placed with small businesses (SB), 17.0% be placed with small disadvantaged businesses (SDB), 18.0% be placed with women-owned small businesses (WOSB), 10.0% be placed with HUB Zone small business, 8.5% be placed with Veteran-Owned Small Business, and 4.0% be placed with Service-Disabled Veteran-Owned Small Business. 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: This project will design an approximately 87,000 square-foot, multi-story academic facility for the Joint Special Operations University (JSOU), integrating the USSOCOM Library and History Office at MacDill Air Force Base in Florida. The facility will be designed for maximum configuration flexibility for future growth in both mission and unit size. The building will be a combination of shared auditorium, classroom/seminar rooms with adjoining breakout spaces, faculty and staff offices spaces, a SCIF classroom, media development areas, organizational support activities and student break/holding areas. All classrooms and working spaces must accommodate state-of-the art, high speed, fiber optic telecommunications. Security is a high priority and numerous limited access and open storage areas will be designated throughout the facility. Security systems and access controls are required to meet or exceed HQUSSOCOM standards. Support facilities include: utilities (water, sewer, gas, HVAC), electric services, paving, walks, curbs, gutters, parking, fencing, storm drainage, communication and information systems, fire protection and alarm systems, and site improvements that include landscaping and paving. Project will be designed in accordance with the latest versions of: Uniform Federal Accessibility Standards (UFAS); Americans with Disabilities Act Accessibility Guidelines (ADAAG); Architectural Barriers Act (ABA); UFC 4-010-01, DoD Minimum Antiterrorism Standards for Buildings. The design will be prepared using the English system of measurement. Construction cost estimates will be prepared using Corps of Engineers' Computer Aided Cost Estimating System (M-CACES MII Second Generation). The firm will be required to obtain the software from the Huntsville Division Corps of Engineers. The selected firm must have the capability to perform surveying and mapping and geotechnical subsurface investigations. Design drawings shall be produced in the AutoCAD 2008 format or higher. Should the AE choose to develop design drawings using AutoCAD Architecture (formerly known as Autodesk Architectural Desktop ADT), the resulting drawings shall be delivered with un-exploded 3D ACA (ADT) objects. This contract will require Building Information Modeling (BIM) data development to carry out the design requirements of the Mobile District. BIM utilizes computer-aided design (CAD) technology with intelligent information loaded three dimensional models. BIM will assist the Designer of Record in producing complete sets of plans, design analyses, specifications and cost estimates. All BIM models shall be delivered in their proprietary format along with exported IFC models, and 2D CAD drawings (construction documents). The CAD drawings and BIM format shall be specified in the AE scope of work for the project. Technical specifications will be produced with SPECSINTACT software using Unified Facilities Guide Specifications (UFGS). Responses to design review comments will be provided using the Government web-based Design Review and Checking System (DrChecks) located at www.projnet.org. The estimated construction cost of this project is more than thirty-four million dollars. 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. Criteria G is secondary and will only be used as 'tie-breaker' among technically equal firms. A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE OF THE FIRM AND CONSULTANTS in: (1) Design of academic facilities, and experience in production of plans and specifications. (2) Integration of collaborative participatory learning and research systems into a facility design. (3) Design of integrated data processing, audiovisual and communications systems for an educational environment which is both adaptable and has capacity for future modernization and expansion. (4) Design of education and training facilities combined with research, administrative and interactive student support areas. (5) Design of secure communications in government facilities with ability for future technological growth. (6) Life safety and fire protection design of academic facilities. (7) 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. (8) 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). (9) Technical competence and experience using the International Building Code (IBC). (10) Department of Defense Antiterrorism and Force Protection and Security Engineering. (11) Engineering experience in preparing permit applications relating to construction projects with the various permitting agencies in the State of Florida. (12) Performance of surveying and mapping in accordance with A/E/C CADD Standards and nondestructive techniques for locating underground utilities. (13) Use of automated design tools described above (M-CACES MII Second Generation, CADD, SPECSINTACT, and DrChecks). (14) Technical competence and experience in compliance with ASHRAE 90.1, ASHRAE 189.1, and EISA. (15) Experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. B. PROFESSIONAL QUALIFICATIONS: The selected firm must have, either in-house or through consultants, state registered responsible personnel in the following disciplines: (1) Two Project Managers; (2) Two Architects; (3) Two Civil Engineers (specifically registered in the State of Florida); (4) Two Mechanical Engineers; (5) Two Electrical Engineers; (6) Two Structural Engineers; (7) 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 with at least two years experience in the design of sprinkler fire protection systems); (8) Two Interior Designers (registered architect with specialized experience in interior design, registered interior designer or NCIDQ certified interior designer) with evidence of experience by both the firm and key personnel in comprehensive interior design, including space planning, pre-wired workstations, furniture specification, and knowledge of the acquisition process including applicable FAR and funding limitations; (9) Two Communications Specialists (Registered Communications Distribution Design (RCDD)); (10) Geotechnical Engineer; (11) Environmental Engineer; (12) Corrosion Engineer (NACE Certified Corrosion Specialist, 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; (13) Surveyor (specifically registered in the State of Florida); (14) Landscape Architect; (15) Geologist; (16) Cost Estimators. Separate resumes shall be provided for cost estimating individuals specializing in the estimation of architectural, structural, civil, mechanical or electrical work, or for a lesser number of individuals each specializing in two or more of the afore mentioned. All of the firm's cost engineering specialists must be certified by a professional organization, such as AACE, ICEC, and PCEA. The firm's and/or consultant's cost engineering or estimating specialists for each required design discipline applicable to this project, such as architectural, structural, civil, mechanical and electrical must be specifically identified and their competence indicated by resumes. If an individual will serve in more than one discipline then those disciplines shall be clearly indicated in Block 13, PART I, Section E. Resumes (Block E of the SF 330) must be provided for these disciplines, including consultants. Resumes provided in Section E shall be limited to one individual per page, and shall be for individuals that will actually be performing work. Project experience depicted on each resume shall be restricted to projects completed within five (5) years of the date of this solicitation's advertisement. In the resumes under Project Assignments, use the same discipline nomenclature as is used in this announcement. The evaluation will consider education, training, registration, relevant experience in the type work required, and longevity with the firm. Resumes contained in Standard Form (SF) 330, PART I, Section E, Page 3 shall be completed for each discipline, and at least the number indicated above for each discipline shall be submitted. Individual resume shall not exceed one page. C. 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 control, value engineering, coordination of in-house disciplines and subcontractors, and prior experience of the prime firm and any significant consultants on similar projects. D. 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 ACASS ratings and other credible documentation included in the SF 330. E. CAPACITY TO ACCOMPLISH THE WORK: Capacity to complete the concept design (35 percent) by an anticipated date of May 2012 and the final design by an anticipated date of November 2012. 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. F. KNOWLEDGE OF THE LOCALITY: Knowledge of climatic conditions such as hurricanes including design for wind loads and projectiles, means of moisture and humidity control, seismic conditions, local/state building codes including facility classification relating to construction projects in the state of Florida. G. (Applies only to Large Business Firms) 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. SUBMISSION REQUIREMENTS: A maximum of one (1) proposal by each firm or joint venture will be accepted. Multiple proposals with different teaming sub-consultant arrangements will not be allowed. Interested Architect-Engineer firms or joint ventures having the capabilities to perform this work as a prime contractor, may submit ONE (1) completed, bound paper copy of their SF 330 (Architect-Engineer Qualifications) to U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Ms. Mary F. Breland, 109 St. Joseph Street, Mobile, AL 36602; or P.O. Box 2288, Mobile, AL 36628-0001 not later than 3:00 P.M. Central Time on 10 AUGUST 2011. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.412 will be followed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. Facsimile or other electronic transmissions will not be accepted. 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. Submission should use no smaller than 12 font type. Pages shall be 8-1/2 inches by 11 inches. PART I OF THE SF330 SHALL NOT EXCEED 60 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 ten (10) projects completed within five (5) years of the date of this solicitation advertisement including the prime and consultants will be reviewed in PART I, Section F. Use no more than one page per project. In Block G along with the name include person's firm association. In Block H describe the firm's overall 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.) In Block H also indicate the estimated percentage involvement of each firm on the proposed team. A Part II of the SF 330 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 and no additional project information will be given to firms during the announcement period. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on 25 AUGUST 2011. As required by acquisition regulations, interviews for the purpose of discussing the qualifications of prospective contractors 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 by telephone and will most likely occur within ten (10) days of the Selection Board convening. ANY QUESTIONS CONCERNING THIS SOLICITATION SHALL BE SUBMITTED VIA THE PROJNET INQUIRY PORTAL in ProjNet at http://www.projnet.org/projnet, in order to be considered for response. All RFIs for this RFP will be posted in the ProjNet website for your review. Questions should be submitted no later than seven (7) calendar days prior to the proposal submission deadline to allow time for a response, and amendment to the solicitation if necessary. The portal will be closed seven (7) calendar days prior to the proposal submission deadline. For questions, no other means of communication, e-mail, fax, or telephone will be accepted. Oral exchanges between Offerors and the government prior to award of the contract will not be binding. In addition to information available to Offerors on the ProjNet Inquiry Portal, any information concerning this solicitation will be furnished to all Offerors as an amendment to the solicitation if the information is necessary to the submittal of offers. To submit and review inquiries, Offerors will need to be a current registered user 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 will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our technical team. The Solicitation Number is: W91278-11-R-0064. The Bidder Inquiry Key is: ZX344F-UG9A14. Offerors are requested to review the solicitation and amendments in their entirety, as well as to review the ProjNet 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 OFFERORS 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. The cutoff date for submission of RFIs is 02 AUGUST 2011. Do not submit RFIs after this date. Phone calls to discuss the solicitation will not be allowed. Personal visits for the purpose of discussing this solicitation are not allowed. 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 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/W91278-11-R-0064/listing.html)
 
Place of Performance
Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
 
Record
SN02491248-W 20110708/110706235449-48db67caa508c76a9864da6424647a1f (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.