Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2017 FBO #5600
MODIFICATION

C -- ARCHITECTURAL-ENGINEERING SERVICES IN SUPPORT OFAIR FORCE MEDICAL SUPPORT AGENCY (AFMSA) AND U.S. ARMY MEDICAL COMMAND (MEDCOM) (SERVICE DISABLED VETERAN OWNED SMALL BUSINESS) - Amendment 1

Notice Date
3/22/2017
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Little Rock, Attn: CESWL-CT, PO Box 867, Little Rock, Arkansas, 72203-0867, United States
 
ZIP Code
72203-0867
 
Solicitation Number
W9127S-17-R-6042
 
Point of Contact
Jennifer D. Winkler, Phone: 5013401043, Cynthia C. Thompson, Phone: 5013401044
 
E-Mail Address
jennifer.d.winkler@usace.army.mil, cynthia.c.thompson@usace.army.mil
(jennifer.d.winkler@usace.army.mil, cynthia.c.thompson@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Change History as of 22Mar17 Q&A This is a Combined Synopsis / Solicitation for Architect & Engineering (A-E) Services being procured in accordance with PL 92-582 (formerly known as the Brooks A-E Act) as implemented in Federal Acquisition Regulation (FAR) Part 36.6. A written solicitation will not be posted. I. CONTRACT INFORMATION : The purpose of this acquisition is to provide multiple ) Indefinite Delivery Contracts (IDC), for Architect- Engineer Services in support of the Facilities Modernization Program for the US Air Force Medical Support Agency (AFMSA) and US Army Medical Command (MEDCOM) (both of which are aligned under the Defense Health Agency (DHA)), and other customers of the U.S. Army Corps of Engineers that may have healthcare facility needs throughout the 48 contiguous United States, and Washington DC (CONUS), and OCONUS locations to include Alaska, Hawaii, and US Territories. This is a competitive procurement set aside for Service Disabled Veteran Owned Small Business. The North American Industry Classification System (NAICS) Code for this procurement is 541330: Engineering Services, with a Small Business Size Standard of $15,000,000.00, Industrial Code (SIC) 8711: Engineering Services, and Product Service Code C219: Other Architect and Engineering Services. The Government anticipates the award of up to three (3) IDC with a combined maximum capacity of $1.9 million will be awarded from this announcement. This capacity represents known requirements, future economic impacts to these known requirements, and an additional 5% capacity to support unknown requirements. The awarded contracts will have a one-time minimum guarantee of $5,000.00 (five thousand dollars), to be paid at the end of the first 12 months if no Task Order has been awarded. There will be no subsequent minimum guarantee. The minimum individual Task Order amount is set at $3,000.00 (three thousand dollars) and the maximum individual Task Order amount is set at $1.000,000.00 (one million dollars). The individual Task Order limits refer to the minimum and maximum amount that the contractor is obligated to perform if issued a Task Order under the contract. Task Orders above the maximum individual Task Order amount may be issued, provided they are within the overall capacity of the contract; however, performance of these Task Orders is not obligatory under the terms of the contract. Work under each of the awarded contracts will be subject to satisfactory negotiation of individual Task Orders. The Government will determine the Task Order amount by using pre-negotiated labor rates and negotiating the effort required to perform the particular work. The selected Service Disabled Veteran Owned Small Business A-E firms must demonstrate the capability to perform, as the prime firm, at least 50% of the work described below in accordance with 52.219-14 (c)(1). Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The contract/s will have a base period of three (3) years, with no option years. Work will be issued by negotiated firm-fixed-price Task Orders. The Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate a task order: A.Professional Qualifications, Specialized Experience and/or Technical Competence to perform the specific work required for the Task Order. B.Past Performance on prior task orders under the Indefinite Delivery Contract, including; quality, timeliness, and cost control. The following may be used as determining factor/s between firms considered as technically equal: C.Capacity to Accomplish the Work in the Required Time D.Knowledge of the Locality E.Equitable Distribution of Task Orders The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act as determined by the employees' office location (not the location of the work). Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. Antiterrorism and Operations Security (AT/OPSEC) requirements as well as E-Verify (employment) will be required for all Military projects. For other tasks, determination will be made per individual Task Order. The scope of services includes Planning and Predesign Services (referred to as "AE0" Services); Design-Build and/or Initial Outfitting (IO) Request for Proposal (RFP) Development (referred to as "AE1" Services); Design-Build Technical Support Services (referred to as "AE3" Services); Commissioning Support; Design-Bid-Build Design Services; and Design-Bid-Build Construction Phase Services. Work may include replacement, restoration or modernization of active/existing healthcare facilities that include, but are not limited to, clinics, hospitals, medical centers, labs, pharmacies, administrative facilities, ambulatory health facilities, dental clinics, wellness centers, veterinary facilities, vivarium, medical warehouses, and specialty facilities such as hyperbaric chambers, MRI/CT, and decontamination facilities. Specific requirements may include HVAC, medical gas, plumbing, electrical, elevators, building envelope, fire protection, interior renovation, outfitting, terrorism/force protection, communication, low voltage systems, and exterior site and systems work such as utilities infrastructure, roadways, sidewalks, parking lots, landscaping, and irrigation. USACE expects there will be some time sensitive tasking in order to respond with A-E Services for contingency operations and natural disasters. The Scope of Work for each of the Task Orders awarded under these IDC will identify outcomes to be satisfied for the specific requirement. II. REQUIRED CAPABILITIES : All work shall be done by or under the direct supervision of licensed professional Architects or Engineers. Services shall be accomplished in the A-E contractor's office with the exception of various construction site services, field investigations, and field surveys, as required at the project site. The selected firm shall have capabilities for programming, planning, and design of healthcare projects in the following areas (examples of support services listed within each of the following functional aspects are representative and not comprehensive). A. Master Planning: Healthcare Planning; Medical Equipment Planning, Space Evaluation and Programming; Military Construction (MILCON) as related to project planning for new medical facilities and related support facilities; as well as Operation and Maintenance (O&M) project planning for expansions and repairs to existing medical facilities and related support facilities. B. Design: A-E services will be required for engineering, schematic (Charrette) design (10%), concept design (35%), working drawings (65%), and final design (100%); design of expansions and repairs; demolition and alterations to existing medical facilities and related support facilities; and design of new medical facilities and related support facilities to include architectural, comprehensive interior design (CID), space planning; infrastructure systems; and medical equipment plans. C. Assessment/Studies: Identification of code deficiencies; Development of Statement of Conditions and Plans for Improvement for compliance with Joint Commission on the Accreditation of Healthcare Organizations (JCAHO) requirements; Facility Condition Assessments; Environmental Assessments; Economic Analysis of potential projects; Seismic Evaluations; Maintenance and Operational Programming; etc. D. Project Support Services: Construction Phase Services (submittal review, transition planning, commissioning, site visits, etc.); Project Development (preparation of scopes of work, site analysis, assistance with development of draft information for approval documents, etc.); on site Quality Assurance inspections; preparation of reports, record drawings, and other facility documentation; Commissioning plans, performance checklists, systems performance verification testing documentation, specialized quality assurance testing including but not limited to Heating, Ventilation, and Air-Conditioning, plumbing systems, electrical systems, building envelope, acoustic control, integrated automation, communications/data systems including Risk Management Framework, and fire protection systems commissioning; Construction Contractor Schedule Review; Estimating Services; Fire Protection/Life Safety review; Leadership in Energy and Environmental Design (LEED)/Sustainable Design project certification and reporting requirements; LEED preparatory commissioning support during design; LEED documentation during construction, on-site representation, and preparation of operation and maintenance (O&M) manuals. Quality Assurance Services; Construction safety oversight; Operation and Maintenance (O&M) manuals review and development; constructability reviews; professional and technical field service support relating to designs submitted by A-E firms; construction inspection and engineering consultation services during construction. Shop drawing and construction submittal review and approval, contract modifications, engineering advice during construction; Construction scheduling services; Inspection, evaluation, and reports on completed projects, as-built drawing preparation. E. Other Services: This contract may require other services including but not limited to: development of full design-bid-build packages and Request for Proposal (RFP) packages for design-build projects; DD Form 1391 documentation; plans; specifications; Capital Investment Decision Models; Cost estimating; cost control and scheduling; Value Engineering studies/evaluations and related studies: Engineering and environmental studies: reports and related services; NEPA documentation; Energy computations, LEED studies/certification; Historical society coordination/documentation; surveying and/or soil borings; energy computation; life safety code studies; other associated engineering services; hazardous materials identification; and/or surveying for hazardous, toxic, or regulated materials. Incidental asbestos and lead paint survey work may be required relating to the design services; planning, studies, and/or site investigations. Additional design considerations may include, but are not limited to, medical gas systems, fire protection, landscaping, force protection, communication and data design, architectural evaluations, architectural hardware, electronic and communications systems, environmental and EPA regulatory considerations for storm water and site drainage pollution prevention plans; Section 404 Permits and construction site requirements. This work is performed in ongoing active healthcare facilities. A capable and qualified contractor must have experience in performing during the course of normal hospital/clinic operations. III. SELECTION CRITERIA : The selection criteria listed below in descending order of importance will be used in the evaluation of A-E firms. Criterion ‘A' through ‘D' are Primary. Criteria ‘E' and ‘F' are Secondary and will only be used as tie-breakers among technically equal firms. The A-E firm must demonstrate its and each key consultant's qualifications with respect to the published evaluation factors for all services. A. Professional Qualifications: The design team shall consist of experienced and registered or certified personnel. The A-E work may involve the following disciplines and skills, but are not limited to: (1) Project Manager, (2) Program Manager, (3) Project Scheduler (Primavera proficiency required), (4) Quality Control Manager, (5) Architect (must demonstrate at least ten years- experience in the planning and/or design of healthcare facilities), (6) Health Care Planner (must demonstrate at least 3 years-experience in the use of the following systems: Medical Expense and Performance Reporting System (MEPRS), Center for Health Care Strategies (CHCS), Managed Care Forecasting and Analysis System (MCFAS), and M2 Information Systems, (7) Interior Designer, (8) Certified Value Engineer, (9) Anti-Terrorist/Force Protection (AT/FP) Engineer, (10) Civil Engineer, (11) Structural Engineer, (12) Electrical Engineer, (13) Mechanical Engineer (must demonstrate experience in medical gas systems), (14) Environmental Engineer, (15) Registered Environmental Design Personnel (asbestos, lead based paint, soil, etc.), (16) Environmental Survey Personnel (asbestos, lead based paint, soil, etc.), (17) Certified Cost Engineer (familiar with preparation of detailed cost estimating procedures and construction schedules) (AACEi or similar certification is acceptable) (18) Industrial Hygienist, (19) Technical Writer, (20) Geotechnical Engineer, (21) Fire Protection Engineer, (22) Construction Engineer, (23) Construction Quality Assurance Representative, (24) Construction Technician, (25) Geologist, (26) Life Safety Specialist, (27) Engineering Technician, (28) CADD Specialist, (29) Building Information Modeling (BIM) Specialist, (30) Administrative Assistant, (31) Registered Professional Land Surveyor, (32) Survey Crew, (33) Medical Equipment Planner, (34) Electrical Engineer with expertise in (but not limited to) low voltage systems, telecommunications, data systems, and electrical control systems, (35) Commissioning Agent. (36) Sustainability Expert (37) Transition Planner/Relocation Specialist (38) Wayfinding/Signage Consultant (39) Artwork Consultant (40) Landscape Architect Resumes shall not exceed one page. Availability of an adequate number of personnel in key disciplines shall be presented to ensure that the selected A-E firm can demonstrate the capability of working on multiple task orders. The evaluation will consider education, training, registration, overall and relevant experience and longevity with the firm. Resumes shall use the same discipline nomenclature as is used in this announcement. Provide the following for each person: professional registration (as applicable), role(s) expected to fulfill in this contract, and experience in medical planning and design (with current and previous firms as applicable). Differentiate between planning and design experience. Provide an organization chart in accordance with SF 330, Section D, identifying each member of the project team. Indicate the working office location of each team member. B. Specialized Experience and Technical Competence: Provide representative examples of completed projects that reflect the firm's experience in the following areas completed within the last five years from the date of this announcement. (1) Master Planning for Health Care Facilities; (2) Experience in the preparation of Design-Build RFPs; (3) Experience in the planning of medical facilities; Provide examples of planning studies that involved preparation of the following planning documents: Health Care Requirements Analysis (HCRA), Facility Assessment Studies (FAS), Deficiency Tabulations (DEFTAB), and Economic Analysis (EA), ; (4) Experience in providing construction phase services on medical facilities (shop drawing review, as-built drawing preparation, commissioning, preparation for JCAHO), construction inspection services, interior design, and Operations and Maintenance Support Information (OMSI); (5) Design for the repair/restoration of medical facilities; (6) Planning/programming of potential healthcare repair/construction projects; (7) Experience in the design of medical facilities per the requirements in UFC 4-510-01. Provide examples of designs that involved new construction and renovation of hospitals and/or clinics; (8) Surveying medical facilities for NFPA 101 and related JCAHO deficiencies, and preparation of deficiency reports and equivalency studies; (9) Economic analysis for Health Care planning; (10) Functional review of layout of Medical Facilities; (11) Seismic evaluation and rehabilitation of buildings in accordance with FEMA 273 Guidelines for the Seismic Rehabilitation of Buildings and TI 809-05 Seismic Evaluation and Rehabilitation of Buildings; (12) Construction phase services; (13) Medical equipment planning; (14) Preparing cost estimates utilizing MCACES MII or later software; (15) Planning and design of veterinary and medical research laboratory facilities; (16) Computer Resources: Firms must indicate in Section H of the SF 330 the following items: Accessibility to and/or familiarity with the Construction Criteria Base (CCB) system. This shall include as a minimum; (a) the SPECSINTACT specification system, the MCACES estimating system, and ProjNet (Dr. CHECKS) (https://www.projnet.org) review management system for comment resolution of design/construction submittals; (b) demonstrated CADD capability with capacity to produce output files in.DXF,.DWG,.DGN and.CAL file format. Required software for production of project design and drawings shall be Bentley MicroStation v8i (SS3) or later version or AutoCAD Release version 2015 or later version. Compliance with the Tri Service A/E/C standards will be required; (c) BIM includes Bentley AECOsim Building Designer or AutoDesk Revit as either may be required for the project design. Delivery of digital CADD files and models will be required on CDs or DVDS; (d) for projects utilizing the design-build process, the A-E may be required to access and utilize the online standard design Request for Proposal Model RFP Wizard; (e) other software requirements include providing MicroSoft (MS) Excel spreadsheets, Adobe Acrobat documents (.PDF), MS Access, MS Word documents and.CAL files in support of the electronic advertising process. (17) Department of Defense Minimum Antiterrorism Standards for Buildings UFC 4-010-01; (18) High Performance and Sustainable Building Requirements UFC 1-200-02; (19) Capability to design projects incorporating the latest DoD criteria. C. Past Performance: Evaluation procedures will consider the past performance of the project team on related work performed for the DoD, other Government agencies, Private Industry, and other similar contracts with respect to quality of work, cost control, compliance with performance schedules, cooperation, and responsiveness. The Government may consider information provided by the firm, customer inquiries, Government databases, and other publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. In addition, include any records of significant claims against the firm because of improper or incomplete architectural and engineering services. Firms will also be evaluated based on established Contractor Performance Assessment Reporting System (CPARS) ratings and other credible documentation included on the SF 330. Firms may include brief references to letters of commendation or awards for work performed as part of the descriptive project narrative in Section F of Part 1. D. Capacity to Accomplish the Work in the Required Time: This evaluation will consider the following: the availability of an adequate number of personnel in key disciplines of the team for effective functioning as a Project Delivery Team (PDT); the experience of the firm (and any consultants) with similar size/type projects; the capacity to provide qualified backup staffing for key personnel to ensure continuity of services; and the capability to provide additional staff to meet unexpected project demands. The design team must demonstrate capability to execute at least two $250,000.00 multidisciplinary contract Task Orders concurrently in a 150-day period and to respond effectively to multiple tasks. E. Knowledge of the Locality: Knowledge pertaining to the locality of a specific AFMSA and/or MEDCOM facility: Provide information demonstrating expertise in geological features, climatic conditions, natural resources, architectural context, and local construction methods, local and state building codes and permit requirements. F. Equitable Distribution of DoD Contracts. Volume of DoD Contract Awards for the Last 12 months. IV. SUBMISSION REQUIREMENTS : Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit Architect-Engineer Qualifications as follows: A. SF330, Architect-Engineer Qualifications, PART I PART I OF THE SF330 SHALL NOT EXCEED 100 PAGES. If used, a cover page will not count against the 100 page maximum. 1. A-E Qualifications must be submitted on SF 330, revised 3/2013. It may be obtained from the U.S. General Services Administration (GSA) Form Library at the following website: http://www.gsa.gov/portal/forms/download/116486. 2. Include firm's DUNS number in SF330 PART I, Section B, Block 5. A DUNS number may obtained by calling Dun and Bradstreet at 866-705-5711 or via the internet at https://fedgov.dnb.com/webform. 3. Section F, Example Projects Which Best Illustrate Proposed Team's Qualifications for this Contract. A maximum of ten (10) projects including the prime and consultants will be reviewed. Use no more than three (3) pages per project. Note: An Indefinite Delivery Indefinite Quantity (IDIQ) with multiple Task Orders is not considered a project. Each individual Task Order executed under an IDIQ contract is considered a project. 4. Submission Format a. Provide a Table of Contents and use Tab sheets to separate each section within the SF 330. The Table of Contents and the tab sheets will not count against the maximum page count for PART I. b. When supplying information for forms, fonts should be no smaller than 12 points. c. Pages shall be 8-1/2 inches by 11 inches. d. The Organization Chart required in Section D and the Matrix required in Section G, may each be presented on up to two (2) 11"x17"pieces of paper (2 for Org Chart & 2 for Matrix). If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8 ½ by 11 inches and bound in the SF330 at the proper location. The entire Organization Chart (up to two (2) 11"x17" sheets) will count as one (1) page. The entire Matrix (up to two (2) 11"x17" sheets) will count as one (1) page. B. SF330, Architect-Engineer Qualifications, PART II Complete a separate Part II for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. C. SF330 Submittals Note: To be eligible for contract award, a firm must be registered with the System for Award Management (SAM). For instructions on registering with SAM, please see the SAM Website at https://www.sam.gov. Provide two (2) completed and bound hard copies and two (2) electronic copies (Adobe Acrobat.pdf format on CD) of the SF330 (Architect-Engineer Qualifications) to: U.S. Army Corps of Engineers, Little Rock District 700 W. Capitol Ave, Room 7315, ATTN: Jennifer Winkler Little Rock, AR 72203 Submittals must be received no later than 11:00 A.M. CENTRAL TIME on MONDAY, MARCH 27. 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 11:00 A.M. CENTRAL TIME on the closing date specified in this announcement. Solicitation packages are not provided, phone calls to discuss the solicitation will not be accepted, and personal visits for the purpose of discussing this solicitation are not allowed. To verify your proposal has been delivered or for questions concerning this proposal, you may e-mail: Jennifer Winkler at jennifer.d.winkler@usace.army.mil and Cindy Thompson at cynthia.c.thompson@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-17-R-6042/listing.html)
 
Place of Performance
Address: CONUS: 48 Contiguous United States, and Washington DC., OCONUS: Alaska, Hawaii, and US Territories Only., United States
 
Record
SN04443165-W 20170324/170322234115-ca2c4ab961f599d6e34c0a90871fd101 (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.