Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2004 FBO #0842
SOLICITATION NOTICE

C -- A-E services required for master planning, conceptual design, and construction documents for the Environmental Learning Center, exhibits, and Performing Arts Amphitheater, to be located at Lake Red Rock, Marion County, IA.

Notice Date
3/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Engineer District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
 
ZIP Code
61204-2004
 
Solicitation Number
W912EK-04-R-YYYY
 
Response Due
4/29/2004
 
Archive Date
6/28/2004
 
Point of Contact
Michael Hoh, (309)794-5828
 
E-Mail Address
US Army Engineer District, Rock Island
(Michael.T.Hoh@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. A- E services are required for master planning, conceptual design, and construction documents for the Environmental Learning Center, exhibits, and Performing Arts Amphitheater, to be located at Lake Red Rock, Marion County, IA. North American Industrial Clas sification System code is 541310. This procurement is unrestricted. A single firm-fixed-price contract will be negotiated and awarded. If a large business is selected for this contract, it must comply with FAR 52.219-9 (Small Business Subcontracting Plan ) regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Rock Island District which will be considered in the negotiation of this contract are: (a.) at least 23% of a contra ctor's intended subcontract amount be placed with small businesses (SB); (b.) at least 5% of a contractor's intended subcontract amount be placed with small disadvantaged businesses (SDB); (c.) at least 5% of a contractor's intended subcontract amount be p laced with women-owned SB (WOSB); (d.) at least 3% of a contractor's intended subcontract amount be placed with service-disabled veteran-owned SB; (e.) at least 3% of a contractor's intended subcontract amount be placed with HUB Zone SB. The plan is not r equired with this submittal, but will be required with the fee proposal of the firm selected for negotiations. FAR 52.219-14 (Limitation on Subcontracting) applies to this procurement. To be eligible for contract award, a firm must be registered in the D oD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. GENERAL DESCRIPTION: The U.S. Army Corps of Engineers, Rock Island Di strict, is seeking qualified firms to provide professional services to develop planning, design, and construction documents for Cordova Center on the Rock, an environmental learning center and associated facilities, at Lake Red Rock, Iowa. The anticipated scope of work consists of the following components. (a.) Develop an interpretive master plan for the Cordova Center, including the development of interpretive themes and messages that are fundamental to the project. (b.) From the interpretive master pla n, develop a conceptual interpretive exhibit plan, integrating exhibits with the learning center, amphitheater, trails, and other significant site elements. (c.) Develop integrated concept designs for each of the following major elements: the overall site ; the learning center; the outdoor interpretive areas; and the performing arts amphitheater. (d.) Develop the learning center facility layout plan. (e.) Develop preliminary cost estimates for all project components. (f.) Develop construction documents f or the environmental learning center, the exhibits, the performing arts amphitheater, and outdoor interpretive facilities, based on the master planning and conceptual design described above. 3. PROJECT VISION: The proposed project at Cordova Park, locate d on the bluffs of Lake Red Rock, Iowa’s largest lake, will include the development of a major resource-based, cooperative center, that will provide environmental learning experiences and enhance the quality of life for both visitors and residents. T he proposed center will combine several components into a regional destination for experiencing and understanding our natural environment. The central theme will be one of relationships between human need and natural resources at Lake Red Rock and within the Des Moines River Watershed. The goal of this project is to educate the public on environmental stewardship, and build support for conservation of Iowa†s land and water resources. In addition, the Center will provide a stage for live performances and programming that will augment the public’s interaction with both nature and culture. A new trailhead will serve to integrate the existing multi-purpos e Volksweg Trail with the new facility. Proposed rental cabins, and picnic sites, will also become a part of the overall site to further enhance the educational, recreational, environmental, and cultural experiences for individuals of all ages. 4. PROJEC T COMPONENTS: The following project components, listed in order of significance, will be addressed in the scope of work under this contract. (a.) Environmental Learning Center -- A 30,000 square-foot building, located on a bluff overlooking Lake Red Rock . The following components are planned for inclusion in the Center: (1.) high-quality, interactive, interpretive exhibits; (2.) indoor classrooms/wet labs; (3.) environmental resource library; (4.) indoor auditorium; (5.) environmental arts and crafts room; (6.) storage; (7.) cooperative sales area and gift shop; (8.) kitchen; (9.) meeting rooms; (10.) office space; and (11.) reception area. The Center is to be a “green building”, with documentation and analysis submitted for LEED Cert ification. A geothermal energy system is desired for heating and cooling. (b.) Performing Arts Amphitheater -- The proposed facility would seat 350 people in a formal seating area and provide additional seating on a lawn behind the formal seating. The P erforming Arts Amphitheater will be constructed adjacent to the Environmental Learning Center and will be a multi-use facility with an emphasis on the performing arts and environmental programming. (c.) Outdoor Interpretive Facilities -- This component of the project will develop interpretive facilities outside the Environmental Learning Center and provide updated park signage. Example amenities include: a trail through oak savanna habitat; expansion of the existing woodland trail; “backyard habitats ” that demonstrate environmental plantings; a wetland trail, which incorporates a historic covered bridge, to be supplied by Marion County, and expansion of the existing butterfly garden. (d.) Entrance Road Relocation –The existing entrance road must be re-aligned to facilitate access to the various attractions. New parking areas will be developed to accommodate increased visitation. (e.) Picnic Facility Modernization -- One large (capacity up to 150 people) and one medium (capacity up to 75 pe ople) picnic shelter will accommodate large school groups, social gatherings and corporate events. (f.) Volksweg Trailhead -- A new trailhead will serve to integrate the existing multi-purpose Volksweg Trail with the new facility. (g.) Cabin Expansion ⠀“ Seven new cabins will use the same designs used in construction of the site’s existing, modern, rental cabins. Items (d) through (g) above pertain only to the development of the conceptual site plan under this synopsis. No other design services are being sought for these items at this time. 5. PROJECT DELIVERABLES: Capabilities and past experience should be indicated for the following Project Deliverables: detailed 3-D presentation model(s), high quality presentation boards, and LEED Certifica tion. Firms should also indicate the ability to produce deliverables compatible with the following Rock Island District systems. Drawings shall be accomplished using Microsoft NT/Windows2000 based MicroStation (version 8X or higher) or ESRI ArcInfo (vers ion 8.1 or higher) or ArcView (version 3.2A or higher). Finished drawings shall be in compliance with the AEC CADD Standards or Spatial Data Standards, as appropriate, and the Rock Island District Electronic Deliverables guidance: these standards are publ ished by the CADD/GIS Technology Center in Vicksburg, Mississippi, and by the Rock Island District. Specifications will be produced in SPECSINTACT, with Standa rd Generalized Markup Language (SGML), using the Corps of Engineers Construction Guide Specifications. Construction estimates will be prepared using Corps of Engineers Computer Aided Cost Engineering System (MCACES). Other electronic documents must be pr ovided in formats compatible with Microsoft Word and Excel, as applicable. 6. SELECTION CRITERIA: The following criteria, listed in descending order of importance, are to be the evaluation factors used for contract award. (a.) Demonstrate the ability to provide products of a highly creative nature, produced in a technically competent manner, in which the exhibits are appropriately integrated with the architecture and the site. (a1.) To demonstrate creativity in architectural design, responsive firms wil l provide a maximum of three visual examples of previous work, with each example including a brief narrative of how the design fits into the landscape and is tied to the goals of the project. Include the name of the project and the client, along with cont act information. (a2.) To demonstrate creativity in interpretive exhibit design, firms will provide a maximum of three visual examples of previous work, tracing the development of the exhibits from initial interpretive theme, through final design, to the fullest extent of their development. Include the name of the project and the client, along with contact information. (b.) Demonstrate the firm’s relevant experience. (b1.) Responsive firms will list all works completed within the last ten years, wh ich are of similar nature and scope as described herein. The list shall include project name, project location, project scope and current contact information. (c.) List the qualifications of key personnel, and their anticipated roles in this project. (c 1.) Responsive firms will provide a list of key personnel, including subcontractors, proposed to work on this contract, and will indicate the percentage of total work the prime contractor expects to complete. (c2.) Firms shall document each person’s role in preparing construction documents. The primary design team, whether in-house or consultant, shall consist of the following professionals: interpretive master planner(s), or other personnel with such capabilities; interpretive exhibit planner(s), o r other personnel with such capabilities; and registered architect(s). Additional professionals on the design team should, at a minimum, include the following: registered architect(s), registered landscape architect(s), registered structural engineer(s), registered mechanical engineer(s) and registered electrical engineer(s). (d.) Indicate standard practices for quality control and quality assurance. (d1.) Firms shall demonstrate a sound organizational structure with defined lines of authority, responsi bility, and internal communication between their firm and their proposed sub-contractors. (e.) Firms shall demonstrate any knowledge of the project location and its associated natural resources. 7. SUBMISSION REQUIREMENTS: Interested firms having the cap abilities to perform this work must submit four copies of SF 255 (11/92 edition), four copies of SF 254 (11/92 edition), and four copies of the response to all requirements listed under SELECTION CRITERIA (section 6, above) for the prime firm and all consu ltants, to the above address not later than 4:00 PM CST on April 29, 2004 to Contracting Division, Attn: Michael T. Hoh, Clock Tower Building, Rock Island, IL 61204. Include the firm’s ACASS number on the SF 255, Block 2b. For ACASS information, call 503-808-4590. The dollar value of all work for DOD and Corps of Engineers for the past year must be clearly stated in Block 9 of the SF 255. Responding firms are required to clearly identify tasks to be performed in-house and those to be subcontracted. SF 254 and 255 forms can be acquired by E-mail request to michael.t.hoh@usace.army.mil. Facsimile and E-mail transmissions of completed forms will not be accepted . COLLECT CALLS WILL NOT BE ACCEPTED. Responses without completed SF 254’s and 255’s will not be recognized as valid, and will not be considered. Solicitation packages are not provided, and no additional project information will be given to firms during the announcement period. This is not a request for proposal.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA25/W912EK-04-R-YYYY/listing.html)
 
Place of Performance
Address: US Army Engineer District, Rock Island Clock Tower Building, Attn: Michael Hoh-CT Rock Island IL
Zip Code: 61204
Country: US
 
Record
SN00545351-F 20040317/040315224033 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.