Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 11, 2001 PSA #2849
SOLICITATIONS

C -- INDEFINITE DELIVERY CONTRACT WITH THE U.S. ARMY CORPS OF ENGINEERS, MOBILE DISTRICT, SOUTH ATLANTIC DIVISION IN SUPPORT OF THE U.S. ARMY MEDICAL COMMAND (MEDCOM)

Notice Date
May 9, 2001
Contracting Office
U.S. Army Corps Of Engineers -- Mobile, Contracting Division, CESAM-CT (109 St. Joseph Street 36602) PO Box 2288, Mobile, AL 36628-0001
ZIP Code
36628-0001
Solicitation Number
DACA01-01-R-0036
Point of Contact
Contact Mr. Dewayne Brackins, (334) 694-3743; Contracting Officer, Leo J. Hickman
E-Mail Address
cesam.plansroom@sam.usace.army.mil (cesam.plansroom@sam.usace.army.mil)
Description
CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract with the U.S. Army Corps of Engineers, Mobile District, South Atlantic Division in Support of the U.S. Army Medical Command (MEDCOM). This contract will be primarily for Architectural, Mechanical, Electrical design services and Healthcare Planning. The contract will be awarded for a one-year base period with options to extend the contract for two additional one-year periods, not to exceed a total of three years. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total contract not to exceed up to $1,000,000 for each contract period. (If the $1,000,000 limit for a contract period is exhausted or nearly exhausted prior to 12 months after the start of the period, the option for the next contract period may be exercised). There is a possibility that multiple contracts may be awarded on this solicitation. 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 61.4% of the contractor's intended subcontract amount be placed with small businesses (SB), 9.1% be placed with small disadvantaged businesses (SDB), 5% be placed with women-owned small businesses (WOSB) and 1.5% be placed with HUBZone small business. The subcontracting plan is not required with this submittal. This work will include all Architectural-Engineering (A-E) and related services necessary to complete Healthcare planning and design and for A-E services during the construction phase. A firm fixed price contract will be negotiated. The North American Industry Classification System (NAICS) code for this action is 541330 (previous SIC code was 8711). PROJECT INFORMATION: The selected firm must have capabilities for programming, planning and design of military healthcare projects in the areas of: Architecture; Healthcare Planning; Interior Design; Space Evaluation and Programming; Medical Equipment Planning; Master Planning, the design of new medical facilities, and expansions and renovations to existing medical facilities. The selected firm is required to travel to the sites to establish any and all the documents required for the modification, repair and acquisition of mechanical, electrical, architectural, structural, geo-technical, fire alarm/security, life safety, energy, and plant management system (PMS) for DOD installations. Design efforts may include modifications or additions to existing facilities, the correction of existing deficiencies, the design of new systems or facilities, and modifications and upgrades to existing mechanical, electrical, and fire alarm/security systems, asbestos abatement (it will not be possible for the Government to indemnify the-selected firm against liability claims connected with asbestos); construction phase services. Site investigations will include coordination with the Agency Program Manager requesting the work. Also included will be such services as construction phase services; on site Quality Assurance inspections; studies, concept and complete final designs for projects executable with local authority; project development brochures; cost estimates; economic analysis; environmental assessments; concept drawings; and master planning documents to include utility system mechanical, electrical, architectural, structural, life safety, and code deficiencies. The majority of the work will be located in the Continental United States; however, work may be located in Central or South America, Puerto Rico, the U.S. Virgin Islands, Korea, Japan, Africa, the Middle East, Thailand, Europe and other worldwide locations as supported by MEDCOM. SELECTION CRITERIA: See Note 24 in the Monday publication of the Commerce Business Daily for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru D are primary. Criteria E thru F are secondary and will only be used as "tie-breakers" among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines, with registration required where applicable: (1) Architect (with at least ten years experience in the planning and design of military healthcare facilities); (2) Mechanical Engineer; (3) Electrical Engineer; (4) Structural Engineer; (5) Geotechnical Engineer; (6) Fire Protection Engineer (four years experience with all current nationally recognized codes such as N.F.P.A. and U.B.C., with special emphasis on NFPA 101 Life Safety with at least two years experience in the design of sprinkler fire protection systems); (7) Civil Engineer; (8) Interior Designer (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, prewired workstations, furniture specification, and knowledge of the acquisition process including applicable FAR and funding limitations; (9) Certified Industrial Hygienist with experience in asbestos abatement; (10) Cost Engineers or estimators, for the required design disciplines, who spend the majority of their time performing cost engineering functions. The evaluation will consider education, registration, and relevant experience in the type work required. Resumes (Block 7 of the SF 255) must be provided for these disciplines, including consultants. Under Project Assignments in Block 7b, use the same discipline nomenclature as is used in this announcement; B. Specialized Experience and Technical Competence in: (1) Master Planning for Health Care Facilities; (2) Surveying medical facilities for NFPA 101 and related JCAHO deficiencies preparation of deficiency reports and equivalency studies; (3) Economic analysis for health planning; (4) Functional review of layout of Medical Facilities; (5) Design of upgrades to medical facilities; (6) Interim Department of Defense Antiterrorism/Force Protection Construction Standards and Army Security Engineering Manuals TM 5-853-2 and -3; (7) 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; (8) Interior design of medical facilities; (9) Medical equipment planning and use of MIL-STD-1691, Medical Equipment Schedule for Military Medical Facilities; (10) Design of Plant Management Systems (PMS) using Direct Digital Control (DDC); (11) Construction phase services; (12) Long term on-site Quality Assurance representation; (13) Design and evaluation of DOD and civilian medical facilities; (14) Preparation of scope documents for execution by design-build renovation/repair contractors; (15) Planning of military and civilian healthcare projects; (16) Preparing cost estimates utilizing "MCACES GOLD" and "PACES 2000" estimating software: (17) In Block 10 of the SF 255 describe the firm's quality management plan, including the team's organization with an organizational chart, quality assurance, cost control, and coordination of the in-house work with consultants; C. Capacity to Accomplish the Work: The capacity to accomplish at least three (3) $300,000 individual task orders simultaneously; D. Past Performance: Past performance on Department of Defense (DOD) contracts with respect to cost control, quality of work, and compliance with performance schedules; E. 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; F. Equitable Distribution of DOD contracts: Volume of DOD contract awards in the last 12 months as described in Note 24 of the Monday publication of the Commerce Business Daily. SUBMISSION REQUIREMENTS: See Note 24 in the Monday publication of the Commerce Business Daily for general submission requirements. Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed copy of their SF 255 Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and one (1) completed copy of their SF 254 for themselves and one for each of their subcontractors to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. Dewayne Brackins, 109 St. Joseph Street, Mobile, AL 36602; or P.O. Box 2288, Mobile, AL 36628-0001. The 11/92 edition of the forms must be used, and may be obtained from the Government Printing Office. Submittals must be received no later than 3:00 P.M. Central Time on 14 June 2001. 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 the closing date of this announcement. In Block 2b of the SF 255 include RFP Number and in Block 3a list two (2) principal contacts of firm. In Block 3b include the ACASS number of all the participating offices that are proposed to perform work. To obtain ACASS number, fax the first page of your SF 254 to the ACASS Center at 503-808-4596 or call the ACASS Center at 503-808-4591. A maximum of ten (10) projects including the prime and consultants, will be reviewed in Block 8. In Block 10 of the SF 255, responding firms must indicate the number and amount of fees awarded on DOD (Army, Navy, and Air Force) A-E contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. 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. Response to Block 10 is limited to 25 single-sided pages. This is not a request for proposal. Solicitation packages are not provided. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on 26 June 2001. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' 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 by telephone. The Selection Board chairperson will notify, in writing, all firms of their selection status within 10 days after approval of the selection. 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.acq.osd.mil/ec.
Web Link
http://www.sam.usace.army.mil (http://www.sam.usace.army.mil)
Record
Loren Data Corp. 20010511/CSOL007.HTM (W-129 SN50L6N2)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on May 9, 2001 by Loren Data Corp. -- info@ld.com