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
SOLICITATION NOTICE

C -- ARCHITECTURAL/ENGINEERING SERVICES FOR WALTER REED NATIONAL MILITARY MEDICAL CENTER AT THE NATIONAL NAVAL MEDICAL CENTER (NNMC), BETHESDA, MARYLAND

Notice Date
9/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
 
ZIP Code
20374-5018
 
Solicitation Number
N40080-06-R-0026
 
Response Due
9/18/2006
 
Archive Date
10/3/2006
 
Description
This project is being solicited on an unrestricted basis. This procurement is open for responses from all firms. One firm will be selected. The North American Industry Classification Systems (NAICS) code is 541310. The size standard is $4.5 million. Architectural and Engineering (A-E) Services necessary for the preparation of Design-Build Request for Proposal (RFP) documents for the construction of a large medical center addition and the alterations to existing facilities to house clinical and administrative functions to be located at the NNMC in Bethesda, Maryland. The addition will be a multi level facility approximately 543,000 gross square feet in size. Alterations will total approximately 187,000 gross square feet. The addition, alterations and associated site work include multiple hospital related systems, fire protection sprinkler and alarm systems, electrical distribution systems, mechanical systems, plumbing systems, information/communication systems, security systems, elevators, utility connections, and all required supporting facilities. Site work and site improvements include demolition of buildings, major utilities work, sediment erosion control and stormwater management requirements, landscaping, pavement, sidewalks, etc. Work also includes upgrades to utility related facilities, e.g., energy plant, emergency power, etc. The A-E must have working familiarity with Design; Medical Military Facilities - Unified Facilities Criteria (UFC) 4-510-01, DoD Minimum Antiterrorism Standard for Buildings - UFC 4-010-01, Uniform Federal Accessibility Standards / American with Disabilities Act Accessibilities Guidelines (UFAS / ADAAG), Sustainable Building Technical Manual Green Building Design (per USGBC), and energy consumption reduction requirements of the National Energy Conservation Policy Act. The prime A-E must be have in-house medical planners and medical equipment specialists who have experience with large medical facilities on their staff. The A-E must have experience with laboratories, radiology and the latest technology in clinic environments. The A-E must have experience in preparing RFP documents for occupied multi-phased medical projects. The A-E must have a quality assurance program performed by personnel experienced in medical facilities. The prime A-E must have experience in preparing design build RFP documents. All project work at NNMC is located within a National Historic District. The A-E is required to dialogue with the National Capital and Planning Commission (NCPC), Maryland Capital Planning Commission, and the Maryland State Historic Office (SHPO). Familiarity with the metric system of measurement is required. Hazardous materials, i.e. asbestos, lead paint, PCB, etc. potentially exist at sites related to this contract. If hazardous materials are encountered, the A-E Contractor will be required to conduct hazardous material removal surveys, including testing and sampling, provide design removal procedures and prepare construction contract documents in accordance with applicable rules and regulations pertaining to such hazardous materials. All hazardous materials licenses and/or accreditations necessary for the locality of the potential project sites are required by the A-E firm or its subcontractor(s). For the Government to retain maximum flexibility in the interest of their client(s), various services/products, such as technical reports, studies, site investigations, programming of client requirements, alternative construction document methods, construction cost estimates, Parametric Cost Estimates (PCE), surveys, assistance in source selection technical panel reviews (Design Evaluations Teams), shop drawings reviews, construction consultation and inspection, etc., may be required at any time up to final acceptance of all work. The selected A-E firm for this contract will be required to participate in an orientation and site visit meeting (when requested) within seven days of notification and provide a fee proposal within ten days after receiving the Request for Proposal. This will be a firm fixed price A-E contract. The duration of the contract will include the RFP development and construction support periods of the project (approximately 4 years). The estimated start date is October of 2006. The RFP is planned to be released in May 07. The A-E must have capability and capacity to start immediately and perform intensely throughout the development of the RFP in the extremely tight schedule. Architectural and engineering services for this contract will be subject to the availability of funds. The estimated cost of construction cost for the entire BRAC is potentially over $400 million. This part of the BRAC project may be potentially over $300 million. Each A-E firm must respond directly to each of the selection criteria shown below. Selection evaluation criteria are included in relative order of importance. 1. Capability, experience and professional qualifications of the firm and its employees, including subcontractors, and the proposed project team (the team/office actually accomplishing the work) in providing complete design and engineering services for the design method and accomplishing the requirements for this medical project as described herein. 2.a. Past performance of similar medical projects performed over the last 5 years with a cost of approximately $100 million or more. 2.b. Past performance and process of the prime A-E firm (and their subcontractors) in their quality control/quality assurance program for large medical projects to assure coordinated technically accurate RFP documents and construction cost estimates; 3. Demonstrated capabilities in accomplishment of work within established time limits; 4. Preference will be given to firms that have working experience with UFC 4-510-01 provided that application of the criterion leaves an appropriate number of highly qualified firms. 5. Preference will be given to firms within a 250 mile radius of NAVFAC Washington, Washington Navy Yard, provided that application of the criterion leaves an appropriate number of highly qualified firms given the nature and size of the project. Each firms ACASS past performance(s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. Firms which meet the requirements listed in this announcement are invited to submit two copies each of the completed Standard Forms (SF) 330, U.S. Government Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. Interest firms are requested to include telefax numbers, DUNS number, and Taxpayer Identification Number (TIN) and the A/E Contractor Appraisal Support System (ACASS) number. The A/E firms primary person to be the direct contact with NAVFAC Washington throughout the contract work must be identified as the Project Manager. Information in the cover letter and any other attachments will not be included in the official review process. Submit the SF 330 to the mailroom in Building 212, 1314 Harwood Street, SE, 1st Floor, Washington Navy Yard, Washington, DC 20374-5018 (Attn: Tammey L. Crouse) by 2:30 PM on the established due date. Due date is 18 September 2006. Fax and electronic copies of the SF 330 will not be accepted. Because this contract could eventually result in an award over $500,000.00, a subcontracting plan will be required by large business concerns. Effective 1 October 1997, A/E contractor are not required to register their firms in the Central Contractor Registration database prior to receiving contract award. This database provides basic business information, capabilities, and financial information to the Government and complies with the Debt Collection Improvement Act of 1996, which requires Federal Agencies to have the Taxpayer Identification Number of every contractor and to pay every contractor through electronic funds transfer. A/E contractors will only have to provide this information once with annual updates or as key company information changes occur. Registration can be accomplished through the World Wide Web at http://www.acq.mil/ec; through any DOD certified Value Added Network; or a paper may be obtained by calling the DOD Electronic Commerce Information Center at 1-800-334-3414.
 
Place of Performance
Address: Washington, DC
Zip Code: 20374-5018
Country: UNITED STATES
 
Record
SN01138106-W 20060910/060908221517 (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.