Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2006 FBO #1641
SOLICITATION NOTICE

C -- Design of Various Medical and Laboratory Facility Projects Worldwide

Notice Date
5/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-06-R-0058
 
Response Due
5/23/2007
 
Archive Date
7/22/2007
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers will select Architect-Engineer firms for design services for various medical and laboratory facility projects for a minimum of one and a maximum of five Indefinite Deliver y Contracts (IDC). These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. See Numbered Note 24 for general information on the A-E selection process. The contracts will be used for projects within the Savannah District boundaries and will also be used to provide services within the geographic boundaries of other U.S. Army Corps of Engineer Districts in support of U.S. Army Corps of Engineers Medical Facilities Mandatory Center of Expertise (CEHNC-MX), U .S. Army Health Facility Planning Agency (HFPA), and the U.S. Air Force Medical Support Agency, Health Facilities Division (AFMSA/SGSF), CONUS or OCONUS. Other USACE Districts may place task orders against this contract after coordinating with CEHNC-MX. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The contracts will consist of five ordering schedules, each schedule not to exceed one year, for a total of five years maximum. The total amount of each contract over the five-year ordering period may not exceed $6,000,000. 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 selecte d to negotiate an order: performance and quality of deliverables under any current contract, current capacity to accomplish the order in the required time, uniquely specialized experience, and equitable distribution of work among the contractors. The initi al contract is anticipated to be awarded in the fourth quarter of Fiscal Year 2006. This announcement is open to all firms regardless of size. Large business offerors must identify subcontracting opportunities with small businesses and small disadvantaged businesses on SF 330. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219.9 and DFARS 219.704/705 as a part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontract plan. Of the subcontracted work 51.2% to small business, 8.8% to small disadvantaged business which is a composite of small business, 7.3% to women-owned business which is a composite of small business, 3.1% to HUBZone small business which is a composite of small business, 1.5% to Service Disabled Veteran-owned, 1.5% to Veteran Owned small business which is a composite of small business. Large business firms that intend to do any subco ntracting must convey their intent to meet the minimum subcontracting goals on the SF 330, Block 6. Written justification must be provided if the minimum goals cannot be met. The Small Business Subcontracting Plan will be evaluated in accordance with AFAR 19.7, Appendix DD. The plan is not required with this submittal, but will be required with the fee proposal of the firms selected for negotiations. For additional information regarding subcontracting requirements, contact Leila Hollis at (912) 652-5340. To be eligible for contract award, a firm must be registered in the DOD 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. PROJECT INFORMATION: Work may include preparation of design tools, design criteria documents, studies, cost estimates, concept designs, final designs, construction phase services, and technical review of designs prepared by others. Criteria and design t ools may include such work as updates of the military medical equipment planning system, update of medical criteria, and preparation of Design-Build Requests fo r Proposals (RFPs). Studies may include such work as: surveying existing medical facilities for architectural, structural, utility system, life safety and fire safety code deficiencies; preparation of planning and programming documents and economic analyse s for additions, alterations, and replacement facility projects; preparation of Statement of Condition surveys for Joint Commission Accreditation Review; and preparation of functional and technical concept of operation manuals. Design efforts may include n ew facilities, additions, alterations, and upgrades to existing facilities. Construction phase services may include preparation of operation and maintenance documentation and shop drawing review. Studies and designs will be prepared in the English and/or m etric system of measurement. Cost estimates will be prepared 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. Design dr awings which may be developed using BIM technology will be produced in a format fully compatible with latest versions of Microstation and Autocad at time of contract award. Specifications will be produced in SPECINTACT using Unified Facilities Guide Specif ications or industry standard specifications. Responses to Government review comments will be provided on Corps of Engineers Automated Review Management System or Design Review and Checking System. 3. SELECTION CRITERIA: a) For this solicitation, SPECIALIZED EXPERIENCE and PROFESSIONAL QUALIFICATIONS are weighted equally and each factor individually is more important than WORK MANAGEMENT, CAPACITY and PAST PERFORMANCE and significantly more important than the other individual factors. WORK MANAGEMENT, CAPACITY and PAST PERFORMANCE are weighted equally and each factor individually is more important than SMALL BUSINESS PARTICIPATION and VOLUME OF WORK. b) SMALL BUSINESS PARTICIPATION and VOLUME OF WOR K are weighted equally and will only be used as tie-breakers among firms that are essentially technically equal. Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unsatisfa ctory based on the risk to the government that the offeror will successfully perform the factor being evaluated. c) An overall consensus rating will be given to each submission. Award will be made to the firms determined to be most highly qualified. I . SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Specialized experience and technical competence of the firm and consultants in: 1.) Design, Planning, and programming of medical and laboratory facilities. 2.) Life safety and fire protection design of me dical and laboratory facilities 3.) Sustainable design using an integrated design approach and emphasizing environmental stewardship, with experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials 4.) Appl ication of the Department of Defense Antiterrorism/Force Protection criteria for minimum construction standards for design of facilities. 5) Use of automated design systems described above including: M-CACES, CADD, SPECINTACT, DrChecks, and BIM. II. PROFE SSIONAL QUALIFICATIONS. All key personnel for whom resumes are provided shall be shown on the organization chart in Section D. Additional staff available for work on this contract shall be indicated on the chart by numbers. Resumes shall be provided for qualified professional personnel in the numbers indicated in parentheses in the following key disciplines: project management (2); medical and laboratory facility planning (2); medical equipment planning (1), architecture (2); mechanical engineering (1), electrical engineering (1), fire protection engineering (1), structural engineering (1), civil engineering (1) , and communication engineering (1); cost estimating (1); land surveyor (1); certified industrial hygie nist (1); and interior design (1). Registered professionals are required in the following disciplines: architecture, mechanical, electrical, structural, and civil engineering. The fire protection engineer must be either: an engineer having BS or MS degree in FP engineering from an accredited university engineering program, plus a minimum of 5 years work experience in FP engineering; or, a registered PE who has passed the NCEE FP engineering written exam; or, a registered PE in a related engineering discipli ne with a minimum of 5 years experience dedicated to FP engineering. Experience and qualification requirements for the communications engineer include: Bachelor or Master of Science degree in Electronics Engineering or in Electrical Engineering and a mini mum of five years of communications design experience. A minimum of three years of this experience shall be shall be in the design and testing of medical communications systems similar to those required for the projects described herein. The interior desi gner shall be NCIDQ-certified and shall demonstrate at least two years experience in medical facility interior design. The evaluation of all key personnel will consider education, training, registration, overall and relevant experience, and longevity with the firm. III. WORK MANAGEMENT. A proposed management plan shall be presented in Section H. The plan will be judged on experience producing quality medical and laboratory designs based on an evaluation of the firm's design quality management plan. The D QMP should include an organization chart in Section D and briefly address management approach, team organization, quality control procedures, cost control, value engineering, coordination of in-house disciplines and subcontractors, prior experience of the prime firm and any significant consultants on similar contracts. !V. CAPACITY. Capacity and necessary experience to perform two simultaneous $500,000 task orders in a 180-day period. The evaluation will consider the experience of the firm and any consult ants in similar projects, the location of the projects and the availability of an adequate number of personnel in key disciplines. V. PAST PERFORMANCE. Past performance on DoD and other contracts with respect to cost control, quality of work, compliance w ith performance schedules. Indication of favorable performance ratings, awards, and repeat clientele in Section H of the SF 330 is recommended. Past performance will be based on ACASS ratings and other data presented by the offeror or as determined by the Government. VI. SMALL BUSINESS PARTICIPATION. Degree of participation of SB, SDB, WOB, HBCU or MI as prime contractor, subcontractor or joint venture partner. ALL OFFERORS (except small businesses) who plan to subcontract portions of the work are requir ed to provide a narrative discussion of their plan for utilization of small and small disadvantaged businesses. As a minimum, the narrative shall discuss: (a) Goals for subcontracting with small and small disadvantaged businesses in sufficient detail to a llow government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the government's policy to maximize opportunities for these types of businesses. (b) The extent to which small disadvantaged businesses, a nd where appropriate, historically black colleges and universities/minority institutions (HBCU/MI) have been identified for participation as part of the offeror 's team. (c) The offeror's past and present commitment t o providing subcontracting opportuniti es and encouragement to small and small disadvantaged businesses. VII. VOLUME OF WORK. Volume of DoD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must upload Parts I and II of the SF 330 to https://sasweb.sas.usace.army.mil/aeselection/ by 4:30 p.m., local time on 23 June 2006. NO HARDCOPY OR FACSIMIL E SUBMISSIONS WILL BE ACCEPTED. Any submissions received after the time specified for receipt is considered late and will be processed IAW FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. The entire submission of the SF 330 mu st not exceed 5 Megabytes and shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (pdf.). Part I of the SF 330 should not exceed 50 pages, including 15 pages for Section H. Font size shall be 10 or larger. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C.11 if the prime has worked with the team members in the past five years. In Section G. 26, include the firm each of the key personnel is associated with. Re gistration in the Savannah District electronic A-E Selection System is required at https://sasweb.sas.usace.army.mil/aeselection/ . FIRMS SHOULD BE REGISTERED WELL IN ADVANCE O F THE CLOSING DATE FOR SUBMISSION OF THE SF 330 AS THE PROCESS MAY TAKE 3-5 DAY S. FIRMS MUST INCLUDE THE DUNS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5. OF THE SF 330. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to S herry Turner at 912-652-5703. PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. THIS is NOT a REQUEST for a PROPOSAL.
 
Place of Performance
Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN01055622-W 20060525/060523221017 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.