SOLICITATION NOTICE
C -- Design Readiness Center at Tullahoma, Tennessee
- Notice Date
- 11/30/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541310
— Architectural Services
- Contracting Office
- USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748
- ZIP Code
- 37204-0748
- Solicitation Number
- W912L7-07-R-0004
- Response Due
- 1/9/2007
- Archive Date
- 3/10/2007
- Small Business Set-Aside
- N/A
- Description
- The Scope of Work for this contract shall include but not limited to Architect - Engineer (A-E) Type A, B, and C Services for the design of the Readiness Center, Tullahoma, Tennessee. This project will be approximately 50,876 SF permanent masonry ty pe construction with standing seam roof, concrete floors and mechanical and electrical equipment with emergency power generator backup. Supporting facilities will include weapons cleaning, maintenance, issue, turn-in sheds, military vehicle parking and ac cess roads and privately owned vehicle parking, security fencing, and dark motor pool lighting, vehicle wash system, and pump house, fuel storage and dispensing systems, loading ramp, flammable storage building, controlled waste handling facility, and side walks. Extension of gas, electric, sewer, water, and communication utilities to the building will be necessary. Physical security measures will be incorporated into design including maximum feasible standoff distance from roads, parking areas, and vehicl e unloading areas, berms, heavy landscaping, and bollards to prevent access when standoff distance cannot be maintained. Cost effective energy conserving features will be incorporated into design and standard HVAC/MEP systems commissioning will be include d. Actual foundation design will be determined during design. Selected A-E shall provide Type A Investigative Services to include but not limited to making investigations, collecting data, and other such fact finding studies as necessary to support the design of the above mentioned project. Type B Design Services shall include Engineering Calculations, and Analysis, Complete Project Design, Statement of Probable Cost, and Construction Contract Documents completed in sufficient detail so as to be competi tively bid by contractors. Special design considerations shall include Interior Design, Acoustical/Noise Attenuation Treatment, Energy Conservation Features, and Communication Wiring. Type C Services (optional) shall include all personnel, equipment and material necessary to prepare all material data and shop drawing reviews, in addition to complete construction compliance inspections and material testing as required in the construction contract documents. The services under this option if exercised wil l not commence until the start of the project construction. Firms which meet the requirements as described in this announcement and wish to be considered for selection are invited to submit three (3) completed, current, signed, and dated Standard Form 3 30s for the Prime and each Consultant to: USPFO for Tennessee, Attention: Mr. Barry Baxter, 3041 Sidco Drive, Room 110, Nashville, Tennessee, 37204-0748 not later than 9 January 2007 at 4:30 PM central time. The SF 330 shall reflect all experience relate d to performing this type work and a list of the projects designed or managed with references. Firms with more than one (1) office shall indicate on the SF 330 the office out of which the work will be performed and also the staffing composition of that of fice. If a Large Business Concern is awarded this contract a subcontracting plan will be required in accordance with the Federal Acquisition Regulation (FAR) Part 19.7. In accordance with the Defense Federal Acquisition (DFAR) 204.7302 Policy, a firm mus t be registered in the Central Contractor Registration (CCR) System before it can be awarded this contract. Prospective A-E firms shall be evaluated on the relative order of importance as listed below: (1) Professional Qualifications - necessary for sat isfactory performance of required services. The Design Team shall possess registered professionals with experience in the disciplines of Architectural, Civil, Structural, Mechanical, Electrical, and other disciplines such as fire protection engineering, e nvironmental, land surveying, geotechnical, interior design, acoustical, landscape, etc. The makeup of the anticipated design team to include outside consultin g firms will be evaluated. The qualifications and experience of the team members will be evaluated. Therefore the anticipated design team shall be identified. (2) Specialized Experience and Technical Competence - in the type of work required, including , where appropriate, experience in energy conversation, pollution prevention, waste reduction, and the use of recovered materials. The nature of this work is such that experience in designing military type facilities is desired. The design team will be evaluated on experience with LEED-NC standards and Department of Defense Force Protection Standards. Team should include a Certified LEED Professional, as the project is required to meet the standards for Silver rating. (3) Capacity to Accomplish Work - Teams must address their ability to complete the project within the mandatory timeframes. Thirty-five (35) percent design package, as defined in NGB Pam 415-5, to include soil borings and survey must be submitted to National Guard Bureau no later than 1 June 2006. The project must be complete, reviewed, approved, and ready for bid no later than 1 January 2009. Prospective A-E firms should demonstrate their ability their capability and performance for on time delivery of their designs. (4) Past Perform ance - The history of performance by the firm on projects for Government (Federal, State, and Local) Agencies as well as some private concerns will be examined. Areas such as work load, quality of work, (project documents and function), and compliance wit h performance schedules (meet submittal dates) will be examined. Teams will provide examples of projects currently in progress, last three similar scope projects, and last three government projects. Each project should include a scope summary, list of de sign team members (individuals), and reference information (not to exceed one page each). (5) Location in the general geographical area of the project and knowledge of the locality of the project. The prime firm and major consultants such as electrical, structural, mechanical, civil, and geotechnical should be located within a one hundred (100) mile radius of the project. Specialized consultants not having a major impact on design or construction management need not fall within this criteria. However, consultants such as cost estimating/control, and acoustics must have a thorough knowledge of local conditions affecting their respective disciplines. (6) Volume of Department of Defense (DOD) Work: Firms shall provide the total award dollars received fr om (DOD) work in the previous twelve (12) months. (7) Extent to which potential contractors commit to Small and Small Disadvantaged Business Firms, Historically Black College/University, or Minority Institution - The firm shall identify to what extent the y have contacted with small business, small disadvantaged business, historical black college/university, or minority institutions during the last five (5) calendar years. Technical questions shall be addressed to Major Tim Stewart, (615) 313-0620, between the hours of 7:00 a.m. to 4:30 p.m. Central Standard Time, Monday through Friday, (Collect calls will not be accepted), or by electronic mail to tim.stewart@ng.army.mil. This project will be open to large as well as small business firms.
- Place of Performance
- Address: USPFO for Tennessee P.O. Box 40748, Nashville TN
- Zip Code: 37204-0748
- Country: US
- Zip Code: 37204-0748
- Record
- SN01188748-W 20061202/061130221426 (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 |