Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2012 FBO #3744
MODIFICATION

C -- Sources Sought for Medical Facilities Architect-Engineer Services (A-E)

Notice Date
2/22/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-12-R-0023
 
Response Due
3/22/2012
 
Archive Date
5/21/2012
 
Point of Contact
Michael Ashworth, 256-895-1835
 
E-Mail Address
USACE HNC, Huntsville
(michael.d.ashworth@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT announcement. The Government is seeking to identify qualified small business sources under North American Industry Classification System (NAICS) 541330 (Engineering Services). This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. For market research purposes only small businesses should provide responses. 1. CONTRACT INFORMATION: The Huntsville Engineering and Support Center, U.S. Army Corps of Engineers (CEHNC) will select Architect-Engineer (A-E) firms for design services for various medical facility, medical research, and medical laboratory projects with plans to award Indefinite Delivery Contracts (IDC). Any contracts awarded are anticipated to be used for projects in support of the USACE Medical Facilities Mandatory Center of Expertise and Standardization (CEHNC-ED-MX), the Tricare Management Activity / Portfolio Planning and Management Division (TMA-PPMD), the U.S. Army Health Facility Planning Agency (HFPA), the U.S. Air Force Medical Operations Agency (AFHFO), and the Naval Facilities Engineering Command, Medical Facilities Design Office (NAVFAC/MFDO). USACE Districts and other approved customers may place task orders against these contracts after coordinating with CEHNC-ED-MX. The contracts addressed by this notice will provide A-E services CONUS and OCONUS. The Government intends to set-aside a portion this acquisition to small businesses. As a result, the Government is performing market research in order to determine if small businesses possess the capability to execute some of the requirements within this acquisition. Respondents need to indicate all small business designations (small business, 8(a), certified HUBZone and/or Service Disabled Veteran Owned). Interested small business firms who meet the capability requirements identified in this notice are requested to reply to this notice with a response to the questions presented below. If no experience or capabilities are associated with a particular question, so indicate. Based upon small business responses received, consideration will be given to defining what part of the acquisition, if any; will be set-aside for small business competition. Any contracts awarded are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6 and Engineering Pamphlet (EP) 715-1-7. Firms will be selected for negotiations based on demonstrated competence and professional qualifications for the required work. CEHNC anticipates awarding contracts for one base year and four one year option periods. The program capacity shared by all awarded contracts will be approximately $249,000,000. Historically, this work has resulted in task orders ranging from $20,000 to $5,000,000. It is planned that future task orders will have a multimillion dollar capacity. The selected firms must be able to execute two simultaneous task orders ranging in value from $100 thousand to $10 million. 2. PROJECT INFORMATION: Medical Facilities addressed within this notice may include, but not be limited to, hospitals, medical clinics (to include dental clinics), research facilities, and laboratories. The contractor will be required to prepare design tools, design criteria documents, studies, cost estimates (parametric and design), interim life safety plans, commissioning plans, concept designs, final designs, construction phase services, and provide technical review of designs prepared by others. The contractor will be required to use criteria and design tools for the preparation of specifications, and preparation of Design-Build Requests for Proposals (RFPs). The contractor will be required to perform studies such as: surveying existing medical facilities for architectural, structural, utility system, life safety and fire safety code deficiencies; preparing planning and programming documents and economic analyses for additions, alterations, and replacement facility projects; preparing Statement of Condition surveys for Joint Commission Accreditation Review; and preparing functional and technical concept of operation manuals. The contractor will be required to perform design efforts including new facilities, additions, alterations, and upgrades to existing facilities. The contractor will be required to prepare operation and maintenance documentation and review shop drawings. The contractor will be required to prepare studies and designs in the English and/or metric system of measurement. The contractor will be required to prepare cost estimates on IBM-compatible personal computers using Corps of Engineers' Computer Aided Cost Estimating System: software provided by Government, PACES Cost Estimating System, or similar software. The contractor will be required to produce design drawings in a format fully compatible with the latest versions of Microstation and Autocad at time of contract award. The contractor will be required to have the capability to perform Building Information Modeling (BIM). The contractor will be required to have knowledge and experience with patient centered design principals, evidenced based design, Engineering Construction Bulletin ECB-2011-01, ASHRAE 189.1, ASHRAE 90.1, EISA 2007, and Leadership in Environmental and Energy Design (LEED) 3.0 (or latest Authorized Version of LEED). Designs in option years shall follow latest USACE guidance for energy criteria at time of task order design. The contractor will be required to produce specifications in SPECINTACT using Unified Facilities Guide Specifications. The contractor will be required to respond to Government review comments on Corps of Engineers Automated Review Management System or Design Review and Checking System. 3. SUBMISSION REQUIREMENTS Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: The submissions should be Times New Roman, font size 12 and should not exceed 10 one-sided, 8 " X 11" pages. The submission will address all questions in the Capabilities Questionnaire and your ability to perform the services stated in the Project Information section of this sources sought. Computer files must be compatible with Microsoft Word 2007. Submit responses via email to michael.d.ashworth@usace.army.mil. Submission shall be received by 1600 Central Time, 22 March 2012 NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Michael Ashworth, Contract Specialist at (256) 895-1835 (Michael.D.Ashworth@usace.army.mil) or Tonju Butler, Contracting Officer at (256) 895-1166 (Tonju.L.Butler@usace.army.mil). Personal visits for the purpose of discussing this announcement will not be scheduled. THIS is NOT a REQUEST for a PROPOSAL. CAPABILITIES QUESTIONNAIRE Note: For the purposes of this questionnaire, medical facilities shall include hospitals, medical clinics, dental clinics, research facilities and laboratories. Please respond to all questions as completely as possible. SECTION 1: GENERAL 1. Business Name:(Insert Business Name) 2. Business Address: (Insert Business Address) 3. Cage Code: 4. NAICS Code(s) (list all NAICS codes your firm is registered under) : 5. Responsible Point of Contact: 6. Check All That Apply: Our firm is a 8(a) small business, service-disabled veteran-owned small business, HUBZone small business, Small Disadvantaged Business, Woman Owned, Minority, Native American, Small Business SECTION 2: CONTRACTOR ARRANGEMENT 1. Our firm will be proposing on this project as a: Sole Contractor Prime Contractor (if small business) performing at least 50% of the work with subcontractor(s), Prime contractor (if small business) performing at least 50% of the work with the following team member subcontractor(s) (Insert business name, business size, cage code, and work which will be subcontracted), or Joint venture with (Insert business name, business size, and cage code). (See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a)Program regulations described in 13 CFR 124.513, HUBZone Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19.1403(c) and 13 CFR 125.15(b).) SECTION 3: CAPABILITY 1. Has your firm completed or is in the process of completing a design, renovation design or addition/alteration design of a medical facility (i.e. Military Hospital, Laboratory or Clinic) ? If so, provide customer references, locations, scope of effort, dollar value, and dates for efforts performed within the past five years. 2. Does your firm have the qualified, experienced personnel to provide A-E Services relative to medical facilities? Provide the number of qualified key personnel (architects and engineers), minimum and maximum years of experience and the average years of experience. 3. Provide specific details on your current and projected capacity to perform an estimate of two medical facility task orders ranging in value from $100 thousand to $10 million at the same time. Provide information on the magnitude of simultaneous task orders that you can handle. 4. Does your firm have the capability to manage A-E Services in a cost effective, timely, and contract conforming manner? Please provide specific examples based on previous projects. 5. Does your firm have experience in providing and maintaining an effective quality control program? Provide examples. 6. Does your firm have the ability to work anywhere CONUS or OCONUS? Are there any limitations on where you can work?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-12-R-0023/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN02680623-W 20120224/120222235127-5e35d5426f99abb149e119fb1cb9dcd3 (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.