Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 13, 2001 PSA #2892
SOLICITATIONS

C -- ARCHITECT-ENGINEERING SERVICES ARE REQUIRED FOR DESIGN OF NEW DEWITT ARMY COMMUNITY HOSPITAL, FORT BELVOIR, VA

Notice Date
July 11, 2001
Contracting Office
Department of the Army, Baltimore District, Corps of Engineer, 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715
ZIP Code
21201-1715
Solicitation Number
DACA31-01-R-0044
Response Due
August 14, 2001
Point of Contact
Susan Sonenthal, 410-962-7646
E-Mail Address
susan.j.sonenthal@nab02.usace.army.mil (susan.j.sonenthal@nab02.usace.army.mil)
Description
DACA31-01-R-0044 DESIGN OF NEW DeWitt Army Community Hospital, Fort Belvoir, Virginia 1. CONTRACT INFORMATION: Architect-Engineer services are required for a Firm Fixed Price contract for site investigation, planning, programming, survey and geotechnical report, engineering studies (including vehicular traffic), space planning, interior design, schematic design, concept design, preliminary design, final design, parametric and construction cost estimating, other engineering services and construction phase services for the subject project. Construction phase services may include preparation of operation and maintenance manuals, shop drawing and construction submittal reviews, site visits, and technical assistance. Services may include commissioning design and support, design of tenant improvements and support services, operations and maintenance, startup services, and general project support to bring the facility to full operation. Services may also include additional site investigation, planning, and design services of renovation and/or demolition of the existing DeWitt Army Hospital, and relocation of existing equipment, furniture, and related items from the existing hospital to the new facility. This announcement is open to all businesses regardless of size. Award of the construction contract is anticipated October 2003. 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 plan is not required with this submittal but will be required from those firms selected for the interview phase. 2. PROJECT INFORMATION: This project will design a modern new hospital/medical treatment facility of approximately 30,000 m2 (320,000 gsf) with an ambulance parking shelter and an aero-medical evacuation heliopad. The project includes healthcare facilities for emergency medicine with inpatient care/observation units, adequate space for medical/surgical and obstetrics inpatient care/ observation units, primary care and secondary medical care clinics, and administrative and support functions. This multi-story facility will include, but not be limited to, medical/surgical observation beds, obstetrics LDRPs/birthing pavilion with inpatient care, ambulatory surgery and recovery, and clinics including primary care, multi-specialty clinics, cardiology, dermatology, dental, flight medicine and physical exams, obstetrics and gynecology, preventive medicine, behavior health, immunizations, and physical therapy. Ancillary services will include radiology, pharmacy, pathology, and administrative and support functions. Support facilities include: utilities (water, sewer, gas, HVAC, steam and electric services, permits, roadway realignment, paving, walks, parking, fencing, storm drainage, communication and information systems, fire protection and alarm systems, site improvements that include roadways and parking lots, landscaping buffers and additional site amenities, public access space, demolition of a pavilion type shelter, and any needed repairs. Project will be designed in accordance with MIL-HDBK-1191, DoD Medical and Dental Treatment Facilities Design and Construction Criteria; Uniform Federal Accessibility Standards (UFAS), Americans with Disabilities Act Accessibility Guidelines (ADAAG), Interim Department of Defense Antiterrorism/Force Protection (AT/FP) Construction Standards (December 1999 version), ER 1110-345-723, Engineering and Design Systems Commissioning Procedures, and requirements of the National Capitol Planning Commission (NCPC). The design will be prepared in the metric system of measurement. Construction cost estimates will be prepared using the Corps of Engineers' Computer Aided Cost Estimating System (M-CACES) (software provided by Government). Design drawings will be produced in a format fully compatible with AutoCad 2000 or higher, and translation to Microstation 32 Version 4.0.3 or higher at completion of design. Specifications will be produced in SPECSINTACT using Corps of Engineers Military Construction Guide Specifications or Uniform Federal Guide Specifications (UFGS). Responses to design review comments will be provided on Corps of Engineers Automated Review Management System (ARMS)/Dr-CHECKS. Demolition work may include asbestos and lead based paint abatement. The estimated construction cost of this project is between 50 and 100 million dollars. 3. SELECTION CRITERIA: See Note 24 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" through "e" are primary. Criteria "f" through "g" are secondary and will only be used as tiebreakers between technically equal firms. a. Specialized experience and technical competence of the firm and consultants in: (1) Design of new medical treatment and support facilities to include both ambulatory and inpatient care facilities. (2) Life safety and fire protection design of medical facilities. (3) Knowledge of the locality of the project including geologic features, climatic conditions, local construction methods, and National Capitol Planning Commission submission requirements. (4) Use of automated design systems described above. (5) Experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. (6) Familiarity with Department of Defense anti-terrorism/force protection (AT/FP) design criteria and construction standards. b. Qualified professional personnel in the following key disciplines: project management; medical facility planning, architecture, landscape architecture, mechanical, electrical, fire protection, structural, civil, transportation, and communication engineering; cost estimating; industrial hygiene; medical equipment planning; interior design; and O&M systems. Registered professionals are required in the following disciplines: architecture, mechanical, electrical, fire protection, structural, civil engineering, and a certified industrial hygienist. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. The fire protection engineer shall be a registered professional engineer, have a minimum of 5 years experience dedicated to fire protection engineering, and one of the following: (1) have a degree in Fire Protection Engineering from an accredited university, (2) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection examination, or (3) be registered in an engineering discipline related to fire protection engineering. c. Experience producing quality designs based on an evaluation of a firm's Design Quality Management Plan (DQMP). The DQMP should include an organization chart and briefly address management approach, team organization, quality control procedures, 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 on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules. e. Capacity to complete the concept design (35 percent) by Jul 02 and the final design by Jul 03. 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. Extent of participation of small businesses including woman owned small business, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Volume of DoD contract awards in the last 12 months as described in Note 24. 4. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, 95-907, and 99-661. A minimum of 40% of the total planned subcontracting dollars shall be placed with small business concerns. At least 15% of total planned subcontracting dollars shall be placed with Small Disadvantaged Businesses (SDB), to include Historically Black College and University or Minority Institutions, 2.5% to HUB Zone small business firms, 8% with Women-Owned Small Businesses, and 3% with Veteran-Owned Small Businesses. Baltimore District (CENAB) encourages WOSB and SDB participation as prime contractors. The plan is not required with this submittal. 5. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Note 24 is written in detail in any Monday issue of the CBD. Interested firms having capabilities to perform this work must submit an SF255 for the prime. SF 254s must be submitted for the prime and for each consultant. These forms shall be submitted to the mailing address below not later than 4:00PM 14 August 2001. The SF 255 and SF 254 shall clearly indicate the staffing of the office indicated to do the work. In SF255, block 3b, provide the firm's Architect-Engineer Contract Administration Support System (ACASS) number. For ACASS information see http://www.nwp.usace.army.mil/ct/I/welcome.htm. In SF255, block 7, list specific project experience for key team members, indicate the team members role on each listed project (project manager, architect, design engineer, etc.), and identify where the team member is located if different from SF255, block 3b. In SF255, block 10, provide the DQMP and the names and telephones numbers of clients as references on three most recent, nonmilitary, medical facility designs. 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. Only one copy of a submission (SF 255/SF254) is required at this time. Short listed firms may be requested to submit up to five additional copies of their proposal. The Baltimore District does not retain SF 254's on file. In block 9 of the SF 255, the prime shall provide contract award dates for all projects listed in that section. One Preselection Board and one Selection Board will be conducted from this solicitation. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. A paper copy may be obtained from the DOD Electronic Commerce Information Center at 1-800-334-3414 or Contact CCR web site at http://www.ccr2000.com. Mailing address to send proposals: US Army Corps of Engineers, Baltimore District Office, 10 South Howard St., Room 7000, Baltimore, MD 21201, ATTN: Susan Sonenthal. Mrs. Sonenthal can be reached at 410-962-7646 and via Internet susan.j.sonenthal@nab02.usace.army.mil. Solicitation packages are not provided. This is not a request for proposal. Personal visits for discussing this announcement will not be scheduled.
Record
Loren Data Corp. 20010713/CSOL002.HTM (W-192 SN50R536)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on July 12, 2001 by Loren Data Corp. -- info@ld.com