Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2006 FBO #1749
MODIFICATION

C -- Design Battlefield Health & Trauma Biomedical Lab, Fort Sam Houston, Texas

Notice Date
9/8/2006
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-06-R-0087
 
Response Due
10/11/2006
 
Archive Date
12/10/2006
 
Point of Contact
joan.o.lore, 817-886-1086
 
E-Mail Address
Email your questions to US Army Engineer District, Fort Worth
(joan.lore@swf02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: The submittal due date for statement of qualifications (SF330s) is extended to 3:00 p.m. Central time, 11 Oct 06. Following is a revised announcement and incorporates prior changes. Please read it carefully. A planning d ocument titled United States Army Institute of Surgical Research, Joint Center of Excellence for Battlefield Health and Trauma at USAISR, Fort Sam Houston, Texas, is available to download from the Fort Worth ftp site: ftp://ftp.usace.army.mil/pub/swf/BHT% 20Ft%20Sam%20Houston/. In addition, the Fort Worth District will host a site visit followed by a question and answer session on 28 Sep 06 at 1:00 p.m. at Fort Sam Houston. Firms are advised there is very limited parking. All firms wishing to attend this s ite visit/Q&A session MUST register by contacting Ms. June Wohlbach, 817/886-1069, or june.wohlbach@usace.army.mil and provide the firm name, POC, phone number, and each individual expected to attend the meeting. Registration MUST be completed no later th an 26 Sep 06, close of business. If a firm does not have a current pass to obtain entry to Fort Sam Houston, the firm may request a DAY PASS using the following procedures: On the day of entry, the driver must go to one of three gates: Walters; Ben Zingl eman; or Harry Wurzbach on Fort Sam Houston and provide: RENTAL VEHICLES: a. valid drivers license and b. rental agreement, OR PERSONAL VEHICLES: a. valid driver's license; b. proof of current insurance, and c. current vehicle registration. a. General Information. This Design or other Professional Services are being procured in accordance with PL-582 (Brooks A-E Act) and implemented in FAR Part 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the requ ired work. North American Industrial Classification System (NAICS) Code applicable to project is 541330, Engineering Services, with a size standard of $4,500,000 in average annual receipts and corresponds to SIC Code 8711. This announcement is open to all businesses regardless of size. The initial contract is anticipated to be awarded on or about Dec 06. Only one award will be made from this announcement. b. Nature of Work: A-E services are expected to be required for engineering, schematic design (Charret te),concept (65%) design (option), final (100%) design (option), bid period services (option) and construction phase services (option) and related services for the Battlefield Health and Trauma Biomedical Laboratory, Fort Sam Houston, Texas. The services w ill potentially include but not be limited to any or all of the following: design, drafting, and planning services for new construction, addition/expansion to existing facility and/or renovation, demolition and alterations of existing facilities; construct ion cost estimating; topographic or boundary surveys; on-site construction management; various engineering studies and site investigations; value engineering services; subsurface geotechnical investigation and testing. Environmental studies/surveys and aba tement design services may also be required. All work must be done by or under the direct supervision of licensed professional Engineers or Architects. Construction phase services may include site visits, technical assistance, and preparation of operation and maintenance manuals and shop drawing review and approval. c. Contract Award Procedure: If a large business firm is selected for this announcement it must comply with the FAR 52.219-9 clause regarding requirement for a subcontracting plan on that part o f the work it intends to subcontract. The subcontracting goals for Fort Worth District which to be considered in negotiation of this acquisition are:(1)at least 51.2% of a contractors intended subcontract amount be placed with small businesses (SB);(2)at least 8.8% of a contractors intended subcontract amount be placed with small disadvantaged businesses (SDB);(3)at least 7.3% of a contractors intended subcont ract amount be placed with women-owned SB(WOSB);(4) at least 1.5% of a contractors intended subcontract amount be placed with service-disabled veteran-owned SB;(5)at least 3.1% of a contractors intended subcontract amount be placed with HUBZone SB. The p lan is not required as part of this submittal, but will be required with the fee proposal of the firm selected for negotiations. Before a small disadvantaged business is proposed as a potential subcontractor, they must be certified by Small Business Admini stration and registered in Central Contractor Registration (CCR) database. Failure of a proposed small disadvantaged business to be certified by the Small Business Administration at time the SF 330 is submitted will result in their elimination as a propose d subcontractor. The Service Contract Act will apply to this acquisition. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract, and if applicable, a time & materials line item to support requests for information from the contrac tor during construction phase services. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR).Register via the CCR Internet site at http://www.ccr.gov. 2. PROJECT INFORMATION: This project will follow one of the following design approaches: a. preparation of phased or staged design to allow early construction contract award of particular areas of a construction project; or b. traditional design-bid-build. The U.S. Army Institute of Surgical Research (USA ISR)is an organization of the U.S. Army Medical Research and Materiel Command. As a component of approved Base Realignment and Closure BRAC)recommendations, the Joint Center of Excellence for Battlefield Health and Trauma (BH&T) is being established by the relocation of Army, Navy and Air Force medical and dental research entities. This project will design a new biomedical research laboratory, addition to existing vivarium facilities, all laboratory and vivarium support facilities as well as provide alterat ion of existing USAISR facilities to accommodate the requirements of the BH&T. Primary facilities include the new BH&T biomedical research laboratory and laboratory support space(between 102,700 and 104,000 gross square-feet), vivarium and vivarium support facilities (between 30,400 and 36,000 gross square feet),and alterations to the existing USAISR biomedical research laboratory and vivarium (between 5,200 and 30,400 gross square feet). Laboratory facilities will house spaces classified at Biosafety Leve l 2. Animal research and animal holding facilities will house various animal species, including non-human primates at Animal Biosafety Level 2.Chamber spaces will require various types of Radio Frequency shielding. Administrative and support space will al so be provided. Medical gas utilities (02, CO2, LN2, N2) will be required. Comprehensive construction phasing plans and associated specifications will be included as a part of the design. The existing vivarium is required to remain operational throughout c onstruction. Special foundations will be required. Work will include building information systems, intrusion detection systems, energy monitoring and control systems, fire/smoke detection and alarm systems and connections to the installation central syste ms. Building and site antiterrorism measures will be provided. Support facilities include utilities (water, sewer, gas, HVAC, steam and/or chilled water distribution), electric services, paving, walks, curbs, gutters, parking and structured parking deck, f encing, storm drainage, exterior communications and information systems, fire protection and alarm systems, site drainage, site work, and site improvements that include landscaping, parking, sidewalks and access drives. Access for individuals with disabili ties will be provided. Air conditioning (between 330 and 1,350 tons.) will be provided. Design considerations also include architectural hardware, value enginee ring, and environmental or EPA regulatory considerations including storm water pollution prevention plans and Section 404 Permit considerations. Project deliverables may include engineering and planning studies, environmental surveys(wetlands/waters of the U.S.),asbestos, lead based paint, soil, etc.),topographic surveys, soil borings/samples for testing, boring logs. Work may also include on site construction surveillance/contractor submittal review. The project will also include demolition associated with the alterations to the existing medical research laboratory and vivarium. Hazardous materials surveys to include PCBs, radioactive materials, asbestos and/or lead based paint may be required. Demolition design shall include abatement requirements. Susta inable principles will be integrated into the design, development, and construction of the project in accordance with Executive Order 13123 and other applicable laws and Executive Orders. This project is expected to attain a silver LEED rating. Project will be designed in accordance with the Unified Facilities Criteria(UFC) 4-510-01(formally Military Handbook 1191), DoD Medical Military Facilities Design Criteria; Biological Defense Safety Program AR 385-69 and PAM 385-69;Biosafety in Microbiological and Biomedical Laboratories, U.S. Department of Health and Human Services, Public Health Service, Centers for Disease Control and Prevention and National Institutes of Health, Fourth Edition, April 1999;Guide for the Care and Use of Laboratory Animals (Nation al Research Council) AAALAC Standards; Occupational Health and Safety in the Care and Use of Research Animals, National Research Council(1997);Uniform Federal Accessibility Standards (UFAS);Americans with Disabilities Act Accessibility Guidelines(ADAAG);UF C 4-010-01,DoD Minimum Antiterrorism Standards for Buildings. All required antiterrorism and force protection (AT/FP) measures will be provided and may include structural hardening and progressive collapse analysis. The design will be prepared using Englis h system of measurement. Construction cost estimates will be prepared using Corps of Engineers MII Computer Estimating System. Software will be provided by the Government. Building Information Modeling (BIM) software will be utilized during the Design pha se and will also be developed for use by the General Contractor and subcontractors during construction. The AE design firm is to use a BIM application certified in the IFC Coordination View (2X2 or better) for Design Development, Design Analysis, Interfer ence Checking, Design Coordination & Review, Specification Coordination, Contract Document Production, Visualization/Renderings, Quantities Take-off/Cost Estimation, Construction Data Management, Modifications, RFIs, and Asbuilts. The IFCs provide a stand ard format for BIM to allow sharing of information between domain and discipline software systems. All CAD files used for the creation of the construction documentation plan set will be delivered in MicroStation v8 and prepared in conformance with the CADD /GIS Technology Center A/E/C CADD Standard Release 2.0 (available at https://tsc.wes.army.mil/products/standards/aec/aecstdweb.asp). The specifications will be produced in SPECSINTACT using Unified Facilities Guide Specifications. Responses to design revie w comments will be provided using Corps of Engineers DR Checks system. The estimated construction cost of this project is between $100 Million and $250 Million. 3. SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance (first by major criterion and then by each sub-criterion), Criteria:(a)-(e)are primary criteria; items (f)-(j) are secondary and are used as tie-breakers among technically equal firms.(a) Specialized Experience and Technical Competence of the firm and consultants(Ensure that all special experience requirements are reflected on appropriate personnel resumes at Section E, Part I, SF 330: (1) Th e selected team must demonstrate recent experience (within the past 5 years)and significant experience in the design of new biomedical research lab, vivarium and lab/vivarium support facilities to include BSL-2 laboratories and ABSL-2 vivarium facilities. (2) Life safety and fire protection design of medical research laboratory facilities. Firms must have personnel with at least five years experience in Fire Protection and Life Safety Design that are familiar with the use and application of NFPA codes 45, 8 0, 90A and 101 and UFC 3-600-01,Design:Fire Protection Engineering for Facilities, (3) Design of alteration of existing biomedical research laboratory and vivarium facilities to include maintaining an operational vivarium during construction, (4) Experienc e in the commissioning of BSL-2 laboratories and ABSL-2 vivarium facilities, (5) Application of construction cost control through appropriate design and estimating techniques on complex projects during fluctuating markets to insure the project remains with in budget. (6) Use of automated design tools described above (BIM, MII, CADD, SPECSINTACT, and DR Checks). Design Team members must demonstrate prior experience in the use of M-CACES. Firms must demonstrate experience in the general use of BIM and specific use in the area of laboratory design, to include the experience level of the individual project design team members. Firms must demonstrate initiatives undertaken in implementing the use of BIM in innovative solutions and added-value processes. (7) Exper ience in energy efficiency and conservation in facility design, pollution prevention, waste reduction, and the use of recovered materials. (8) Firms must demonstrate the capability to design projects incorporating the latest DoD Force Protection/Anti-Terro rism criteria. (9) Demonstrate experience in design and survey required for abatement of asbestos, lead-based paint, and the handling/disposal of other toxic and regulated substances. Survey team members must have demonstrated experience in use of a suitab le X-ray fluorescence device during on-site surveys for lead based paint. (10) Firm must demonstrate past designs, which comply with Uniform Federal Accessibility Standards (UFAS) and Americans with Disabilities Act (ADA) requirements. (11) Experience in d eveloping a phased or staged design to allow early occupancy of particular areas of a construction project and to expedite project completion. (12) Experience working with construction or construction management firms as part of the design delivery team. ( b) Professional Qualifications and Capabilities: The selected firm must have (either in-house or through consultant)the following key disciplines, and as a minimum, the number of personnel indicated in parenthesis: Project Manager (1); biomedical laborator y space planning (BSL-2) and vivarium space planning (ABSL-2) for multiple small species and non-human primates (1); biomedical laboratory engineering (BSL-2) and vivarium engineering (ABSL-2) for multiple small species and non-human primates (1); Register ed Architects (2); Landscape Architect (1), Architectural Hardware Specialist (1), Registered Professional Electrical Engineers (1) (The electrical engineers shall be a registered P.E. with a bachelor or master of science degree in Electrical Engineering w ith a minimum of ten years of current design experience related to design of biomedical research and vivarium facilities. At least three of the ten years experience shall be in design of electrical systems (low voltage, normal, emergency power and lighting systems) within biomedical laboratory facilities similar to those required for this project. The Electrical Engineer shall not have any responsibilities for communications systems design.); Registered Professional Mechanical Engineer (1) (The mechanical e ngineers shall be a registered P.E. with a bachelor or master of science degree in Mechanical Engineering with a minimum of ten years of current design experien ce related to design of biomedical research and vivarium facilities. At least three of the ten years experience shall be in design of HVAC systems for biomedical laboratory and vivarium facilities similar to those required for this project.); Registered Pr ofessional Plumbing Engineer (1) (The plumbing engineer shall be a registered P.E. with a bachelor or master of science degree in Mechanical Engineering with a minimum of ten years of current design experience related to design of biomedical research and v ivarium facilities. At least three of the ten years experience shall be in design of plumbing and laboratory gas systems for biomedical laboratory and vivarium facilities similar to those required for this project. The plumbing engineers shall be certifie d by the American Society of Plumbing Engineers), Registered Professional Civil Engineers (3); Registered Professional Structural Engineers (3); Qualified Fire Protection Engineer (1) (A qualified fire protection engineer is defined as an individual meetin g one of the following conditions: 1) An engineer having a Bachelor of Science or Master of Science Degree in Fire Protection Engineering from an accredited university engineering program, plus a minimum of 5 years work experience in fire protection engine ering; 2) A registered professional engineer (P.E.) who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering and Surveys (NCEES);or 3) A registered P.E. in a related engineering di scipline with a minimum of 5 years experience, dedicated to fire protection engineering that can be verified with documentation), Laboratory and vivarium commissioning expert (1); Life Safety Specialis (1); Texas certified environmental survey personnel (2 ) (asbestos, lead based paint, soil, etc.), environmental design personnel (2) (asbestos, lead based paint, soil, etc.); Value Engineer (1); Cost estimator experienced using M-CACES/MII software (1); dedicated BIM Manager not associated with project execut ion requirements (1); Registered Communications Systems Engineer/Distribution Designer (1) (The communications systems Engineer (CSE) shall have a bachelor or master of science degree in electronics or electrical engineering with a minimum of five years of communications systems design experience. At least 3 of the 5 years experience shall be in design of biomedical laboratory and vivarium communications systems similar to those required for this project); Certified industrial hygienist (1);Biomedical equip ment planner for laboratory and vivarium facilities (1);interior designer (1); operations and maintenance systems specialist (1); Registered Professional Surveyor (1) and survey crew, a geologist or soils engineer and geotechnical drill rig and crew to col lect soil borings and samples, and a licensed testing lab (Geotech and Environmental-asbestos, lead based paint, soil, etc). None of required personnel can be dual disciplined (except that the Life Safety Specialist can be one of required registered Archi tects if qualified), i.e. a separate employee must be on the Design Team except as noted for each stated requirement above to meet personnel required. Resumes contained in Standard Form (SF) 330, PART I, Section E, Page 3 shall be completed for each discip line and number indicated. Additional resumes may be added if needed to further explain proposed team members. Each resume shall not exceed one page in length. The availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the required schedule as stated in Paragraph (c) below. Resumes for survey crew, drill crew and testing lab are not required. Repeat Resume Page as needed to provide all required resumes. The evaluation will consider educatio n, training, registration, overall and relevant experience and longevity with the firm.(c) Capacity: Firms must demonstrate adequate team capacity to complete c oncept design (35 percent) by February 2007 and the final design by July 2007. The evaluation will consider experience of firm and any consultants in similar size projects, and availability of an adequate number of personnel in key disciplines.(d) Demonstr ate past performance with respect to cost control, quality of work, and compliance with performance schedules. Evaluation will be based on established ACASS ratings and other credible documentation included in the SF 330.(e) Knowledge of Locality: Firms mu st demonstrate familiarity with San Antonio area and applicable climatic conditions, architecture, local/state building codes, permit requirements, environmental regulations, soil conditions, seismic requirements, and regulatory agencies for that area. The following, items (f) through (j), are secondary criteria:(f) Firms must demonstrate experience in evaluating contractors submittals and performing construction surveillance.(g) Subcontracting: Firms must show extent of participation of SB, SDB, WOSB, Ser vice Disabled VOSB, HubZone SB, and HBCU/MI in the proposed contract team, measured as a percentage of estimated effort. (h) In Section H, Part I, SF 330, firms must show their last 12 months DOD contract awards stated in dollars. DOD awards shall be show n in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task O rders and any modifications thereto should be included in the amounts; (i) In Section H, Part I, SF 330, include a draft Design Quality Control (DQC)Plan. It shall include a brief presentation of internal controls and procedures that you use to insure that a quality design is produced (management approach, team organization, quality control procedures, design-to-cost control, value engineering, coordination of in-house disciplines and subcontractors, and prior experience of the prime firm and any significan t consultants on similar projects).(j) Geographic Proximity of firm to Fort Sam Houston and the Fort Worth District Office. THIS ANNOUNCEMENT CONTINUES UNDER Solicitation No. W9126G-06-R-087A or go to the .ftp identified at the top of this announcement and download the full version.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01138010-W 20060910/060908221339 (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.