SOLICITATION NOTICE
C -- Architect Engineer Services for the Design of Hospital Replacement Fort Benning, GA
- Notice Date
- 11/28/2006
- 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-07-R-0022
- Response Due
- 12/28/2006
- Archive Date
- 2/26/2007
- Small Business Set-Aside
- N/A
- Description
- Technical Point of Contact is Glynn Richards at 912-652-5659 or email: glynn.w.richards@sas02.usace.army.mil; Contractual Questions: Robin Shafer at 912-652-5289 or email: robin.l.shafer@sas02.usace.army.mil; Questions concerning subcontracting pla n: Leila Hollis at (912) 652-5340 or email: leila.hollis@sas02.usace.army.mil; Questions concerning SF 330; Hunter Lupton at 912-652-5574or email: hunter.d.lupton@sas02.usace.army.mil. **** 1. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers requires the services of an Architect-Engineer (A-E) firm for a firm-fixed price contract. This contract is 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. A firm will be selected for negotiations based on demonstrated competence for the required work. Offerors are cautioned to read this announcement in its entirety. The contract awarded as a result of this announcement will be administered by the Savannah District for the design of a Hospital Replacement at Fort Benning, Georgia to replace the Martin Army Community Hospital (MACH). After completion of a design charrette and programming of the facility and its supporting infr astructure, the A-E firm may either be required to prepare a Request For Proposal (RFP) for a design-build solicitation, or complete all design efforts on the project. If a design-build RFP is the selected strategy, the A-E will assist in the evaluation o f proposals and compliance reviews during construction. Engineering services may include requirements to accomplish any or all of the following: project programming and planning; site investigation; topographic survey and utility location; soil borings an d geotechnical report, engineering studies to support design development including vehicular traffic studies and utility capacity studies; design charrettes; interior design and furnishings; parametric and construction cost estimating; construction phasing ; construction phase services. Construction phase services may include preparation of operation and maintenance manuals, shop drawing and construction submittal reviews; site visits; technical assistance during construction; commissioning design and suppo rt; design of tenant improvements and support services; and startup services. This announcement is open to all businesses regardless of size. Small businesses are encouraged to team with other businesses. Large business firms that intend to do any subco ntracting must convey their intent to meet the minimum small business goals on the SF 330, Section C, by identifying subcontracting opportunities with small business. Award of the contract is anticipated in March 2007. If selected, the large business off eror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and DFARS 219.7704/705 as part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. Of the subcontracted work, 51.2% to small business; 8.8% to small disadvantaged business (a composite of small business); 7.3% to women-owned business (a composite of small business); 3.1% to HUBZone small business (a composite of small business); and 0.5% to service-disabled veteran-owned small business (a composite of small business and veteran-owned small business). While the Savannah District does not have a specific target for subcontracting with Veteran-owned Small Businesse s, this must be addressed in any subcontracting plan. Written justification must be provided if the minimum small business 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 firm selected for negotiations. To be eligible for contract award, a fir m 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 inclu de planning, programming and design of a multi-phased Replacement Hospital at Fort Benning, Georgia. Phase I construction will be approximately 264,000 square feet (SF). The site design of the Replacement Hospital, Phase I, will consider a future medical complex. Phases II and III will fund the remaining medical facility requirements required to provide an integrated military health system at Fort Benning. The Architect-Engineer contract may include the option for design of Phases II and III. The estim ated construction cost of Phase I is between 130 and 150 million dollars. The estimated construction cost of Phase II is between 60 and 80 million dollars. The estimated construction cost of Phase III is between 60 and 80 million dollars. Phase I constr uction will be incrementally funded. The first funding increment of between 50 and 80 million dollars is in FY-09 and the second funding increment of between 50 and 80 million dollars in FY-10. The estimated value of Phase II construction is authorized i n FY-12 and the estimated value of Phase III construction is authorized in FY-13. The Replacement Hospital will provide 95 inpatient beds and include health care facilities for emergency care, primary and referral ambulatory care, inpatient medical-surgic al beds, birthing pavilion, inpatient and ambulatory surgery, ambulatory and inpatient psychiatric care, office space, reception and waiting areas, toilets, exam and treatment rooms, laboratories and pharmacy, class V vault with IDS for drug storage, radio logy, storage, records storage, mechanical, electrical, and communications rooms, loading dock, laundry, and food preparation/dining area. Construction will include a central energy plant with boilers, chillers, emergency generators with diesel fuel above ground storage tank, uninterruptible power source, and water booster pumps to serve the hospital. Construction will also include fire alarm and suppression systems, active air intake control system, and intrusion detection system (IDS). Provisions will be identified for connection to the central energy monitoring and control system (EMCS), interior communications, and building information systems. Supporting facilities include utilities (electric with redundant capacity, water with redundant capacity, s ewer and natural gas services); sanitary sewer lift station; roads; parking; parking lot lighting; walks, curbs and gutters; storm drainage; erosion control; retention basins; information systems; site improvements and landscaping; anti-terrorism/force pro tection (AT/FP) measures; and exterior communications and building information systems. Access for the handicapped will be provided. The existing hospital, out buildings, and associated central energy plant will be demolished (approximately 440,000 SF). Demolition requirements shall include asbestos and lead paint surveys and abatement, underground fuel storage tank removal and disposal, and halon disposal. The project shall be designed in accordance with criteria prescribed in UFC 4-510-01, the Uniform Federal Accessibility Standards/Americans with Disabilities Act Accessibility Guidelines, and Unified Facilities Criteria (UFC) 4-010-01. Comprehensive interior design services are required. Cost estimates must be prepared using the latest version of th e MCACES software. All design must comply with the Savannah District Design Manual and the Fort Benning Installation Design Guide. All drawing files which may be developed using BIM technology must be delivered in the (*.dgn) format. All drawing files w ill be developed using the Tri Service AEC Standard as supplemented by the Savannah District instructions. The standards include naming convention, file and di rectory structure, line weights, levels, and color. Specifications will be produced in SpecsIntact using the Unified Facilities Guide Specifications (UFGS). Responses to Government review comments will be provided on the Corps of Engineers Design Review and Checking System (DrChecks). **** 3. SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance. Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unsatisfactory based on the risk to the Government that the offeror will successfully perform the factor being evaluated. An overall consensus rating will be given to each submission. Award will be made to the firm determine d to be most highly qualified. Factors listed below will be rated based on a relative weighting as follows: Significantly More Important - means that the factor is at least two times greater in value than another factor. More Important - means that the f actor is greater in value than another factor but less than two times greater. Equal - means that the factor is of the same value or nearly the same as another factor. For this solicitation, Factor 1 Specialized Experience and Technical Competence and Factor 2 Key Personnel are weighted equally and each factor individually is more important than Factor 3 Work Management and Factor 4 Past Performance and significantly more important than Factor 5 Small Business Participation, Factor 6 Volume of DoD Contract Awards, and Factor 7 Knowledge of Locality. Work Management and Past Performance are weighted equally and each factor individually is more important than Small Business Participation, Volume of DoD Contract Awards and Knowledge of Locality . Small Business Participation and Volume of DoD Contract Awards and Knowledge of Locality are weighted equally and will only be used as *tie-breakers* among firms that are essentially technically equal. Information on each factor should be submitted FOR THE OFFICE AND/OR EMPLOYEE PERFORMING THE WORK IN RESPONSE TO THIS ANNOUNCEMENT. It is recognized that for firms with multiple offices, a project team may be formed from personnel from more than one office. If more than one office is represented, this m ust be stated clearly in the work management plan and the Selection Board will consider the performance risk associated with that team not being co-located and the geographical proximity to the supported projects. **** FACTOR 1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Specialized experience and technical competence in (in descending order of importance within this category): a. Design of similar military and non-military medical facilities. b. Life safety and fire protection design of medical facilities. c. Sustainable design using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency, use of recovered materials; waste reduction; reduction or elimination of to xic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; development of healthy, safe and productive work environments, and employing the SPiRiT/LEED evaluation and certification methods. d. A pplication of the DoD Antiterrorism/Force Protection (AT/FP) criteria for minimum construction standards for design of facilities. e. Use of automated design systems described above (MCACES, CADD, SpecsIntact, BIM and DrChecks). Technical competence wil l be judged based on a minimum of satisfactory performance and experience of the firm and its design team, longevity and previous working relationships among the working parties on similar projects, and most recent firm and employee history of experience o n similar projects. **** FACTOR 2 - KEY PERSONNEL. All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D of S F 330. 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 Section E of SF 330 in the numbers indicated in parenthesis in the following key dis ciplines that are required to be licensed, registered, and/or certified: architect (2), structural engineer (2), civil engineer (2), mechanical engineer (2), electrical engineer (2), fire protection engineer (1), interior designer (1), land surveyor (1), g eotechnical engineer (1), and certified industrial hygienist (1). One resume each shall be provided for other key personnel as follows: project manager, medical facility planner, medical equipment planner, communications engineering, cost estimator, and l andscape architect. Registration/certification for all is encouraged. The fire protection engineer must be either: a registered professional engineer who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering and Surveys (NCEES), or, a registered professional engineer in a related engineering discipline with a minimum of five years experience dedicated to fire protection engineering. Experience requirements for the qualified fire p rotection engineer include meeting all of the following: (a) At least two years experience in the interpretation and application of NFPA 101 and/or life safety requirements of model building codes for healthcare facilities. (b) At least two years experi ence in the design and/or review of fire suppression systems and fire alarm systems, including experience in the review of shop drawings and sprinkler system hydraulic calculations, and in the interpretation and application of the National Fire Codes and/o r other model building codes. (c) A minimum of three years experience in the design of healthcare and medical research facilities. (d) A minimum of three years experience in the testing of fire protection systems Experience and qualification requiremen ts for the communications engineer are a Bachelor or Master of Science degree in Electronics Engineering or in Electrical Engineering and a minimum of five years of communications design experience. A minimum of three years of this experience shall be in the design and testing of medical communications systems similar to those required for this project. The communications consultant if not a degreed electrical or electronics engineer from an accredited institution shall have a minimum of 15 years experien ce in the design of telecommunications systems for construction projects. A minimum of 10 years of that experience will be specific to medical design projects with systems similar to those required by this project. The design and construction of this pro ject requires the services of a qualified commissioning consultant(s) if qualified A-E in-house commissioning expertise is not available. The commissioning consultant shall consist of an HVAC commissioning expert, and an electrical power systems commissio ning expert, if a single individual is not available with qualifications for commissioning both. The minimum qualifications are a Bachelor of Science degree in Mechanical or Electrical Engineering and a minimum of five years of experience in commissioning HVAC and power systems in large complex projects. A minimum of three years of this experience shall be in the commissioning of medical facilities of a scope and complexity similar to this project. Experience and qualification requirements for the Electr ical Engineer are a Bachelor of Science degree in Electrical Engineering, licensed professional engineer, and a minimum of five years experience designing hospital normal and emergency power systems for projects of equivalent scope. The interior designer shall be NCIDQ-certified and shall demonstrate at least two years experience in medical facility interior design. The X-ray shielding designer shall be qualifi ed as recommended in UFC 3-190-03A. In accordance with Army Technical Bulletin (TB) TB MED 521 Occupational and Environmental Health Management and Control of Diagnostic X-Ray, Therapeutic X-Ray, and Gamma-Beam Equipment, the design of diagnostic x-ray, therapeutic x-ray, or gamma-beam therapy facilities shall be undertaken only by experts certified in radiological physics or therapeutic radio-logical physics by the American Board of Radiology or the American Board of Health Physics or those having equiv alent qualifications. The resume for the X-ray shielding designer/consultant should include such certification along with experience records. The magnetic resonance imaging (MRI) equipment consultant shall be a registered design professional employed by a firm regularly engaged in the design of MRI suites, with a minimum of five years of experience in the field, and able to demonstrate extensive design involvement in the minimum of three MRI suites embedded within a larger hospital or outpatient clinica l/diagnostic facility. The evaluation of all key personnel will consider education, training, registration, overall and relevant experience, and longevity with the firm. **** FACTOR 3 - WORK MANAGEMENT A proposed management plan shall be presented in Sec tion H of SF 330. The plan will be judged on experience producing quality medical facility designs based on an evaluation of the firms design quality management plan. The design quality management plan should include an organization chart in Section D o f SF 330 and briefly address the management approach, team organization, quality control procedures, cost and schedule control, coordination of in-house disciplines and consultants, and prior relationships of the prime firm and any of their significant con sultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. Any work not done out of the primary office shall be addressed within this work management plan. Capacit y to submit the concept design (35% complete) by 30 September 2007 and complete the final design by September 2008. . **** FACTOR 4 PAST PERFORMANCE Past performance on DoD and other contracts with respect to quality of work, compliance with performanc e schedules and cost control. Indication of favorable performance ratings, awards, and repeat clientele in Section H of 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. The evaluation of this factor will be based on the past performance information from the previous five years. **** FACTOR 5 - SMALL BUSINESS PARTICIPATION. Degree of participation of all types small business as prime contractor, subcontracto r, or joint venture partner. ALL OFFERORS (except small businesses) who plan to subcontract portions of the work are required to provide a narrative discussion of their plan for utilization of small and small disadvantaged businesses. As a minimum, the n arrative shall discuss: a. Goals for subcontracting acting with small and small disadvantaged businesses in sufficient detail to allow government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the go vernment's policy to maximize opportunities for these types of businesses. b. The extent to which small disadvantaged businesses, and 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 to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. **** FACTOR 6 - VOLUME OF DoD CONTRACT AWARDS. Volume of DoD contract awards in the last 12 months as described in Note 24. **** FACTOR 7 - KNOWLEDGE OF LOCALITY. Knowledge of locality as it pertains to design and co nstruction methods of military projects in the geographic area of Fort Benning, Georgia. **** 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.m il/aeselection/ by 4:00 p.m., local time on December 11, 2006. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Any submissions received after the exact time specified for receipt is considered late and will be processed in accordance with FAR 15.2 08 Submission, Modification, Revision, and Withdrawal of Proposals. The entire submission of the SF 330 must 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 ex ceed 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 f ive years. In Section G.26, include the firm each of the key personnel is associated with. Registration in the Savannah District electronic A-E Selection System is required and instructions may be found at the website above. FIRMS SHOULD BE REGISTERED W ELL IN ADVANCE OF THE CLOSING DATE FOR SUBMISSION OF THE SF 330 AS THE PROCESS MAY TAKE 3-5 DAYS. 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 (broc hures, etc.) will not be considered. Questions concerning submissions should be directed to Sherry 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
- Zip Code: 31402-0889
- Record
- SN01187396-W 20061130/061128220710 (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 |