Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2006 FBO #1860
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY AE CONTRACT FOR THE NEW SAN ANTONIO MILITARY MEDICAL CENTER (SAMMC), FORT SAM HOUSTON AND LACKLAND AFB, TEXAS

Notice Date
12/28/2006
 
Notice Type
Solicitation Notice
 
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-07-R-0009
 
Response Due
1/31/2007
 
Archive Date
4/1/2007
 
Small Business Set-Aside
N/A
 
Description
THIS ANNOUNCEMENT CONTINUES UNDER Solicitation No. W9126G-07-R-009a. YOU MUST DOWNLOAD BOTH ANNOUNCEMENTS FOR THE COMPLETE SYNOPSIS. 1. CONTRACT INFORMATION: a. General. This indefinite delivery/indefinite quantities (IDIQ) architectural/engineer ing (A-E) Services contract is being procured in accordance with PL-582 (Brooks A-E Act) and implemented in FAR Part 36.6. Firms having substantially created any of the underlying documents related to this solicitation shall be precluded from submitting a statement of qualifications. The contract will be firm-fixed price. A firm will be selected for negotiations based on demonstrated competence and qualifications for the required work. North American Industrial Classification System (NAICS) Code applicab le to this project is 541330, Engineering Services, which has 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 contract is anticipated to be award ed on or about 30 Apr 07 for a total value not to exceed $50 million with a term not to exceed 5 years with a minimum guaranteed amount of $5,000. b. Nature of Work: A-E services are required for the consolidation of Brooke Army Medical Center (BAMC), Fo rt Sam Houston, TX and Wilford Hall Medical Center (WHMC), Lackland Air Force Base, TX into the new San Antonio Military Medical Center (SAMMC). A-E services will include engineering, schematic (Charrette) design (10%), concept design (35%), working drawi ngs (65%), final design (100%), and construction phase services with related services for the design of an addition/alteration to BAMC and an option for design services to convert WHMC into an ambulatory healthcare center. The services will include, but n ot be limited to, any or all of the following: design, drafting, and planning services for new construction; renovation, demolition and alterations of existing facilities; construction cost estimating; topographic or boundary surveys; on-site construction management; various engineering studies and site investigations; value engineering services; and subsurface geotechnical investigation and testing. Environmental studies/surveys and abatement design services may also be required. All work must be done b y or under the direct supervision of licensed professional Engineers or Architects. Construction phase services may include, site visits, technical assistance, preparation of operation and maintenance manuals and shop drawing review and approval. The firm must be capable of responding to and working on multiple, large task orders concurrently. 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 the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Fort Worth District which will be considered in the negotiation of this acquisition are: (1) at least 51.2% of a contractors intended subcontract a mount 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 subcontract 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 plan is not required as part of this su bmittal, 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 the U.S. Small Business Administration and registered in t he Central Contractor Registration (CCR) database. Failure of a proposed small disadvantaged business to be certified by the U.S. Small Business Administration at the time the SF 330 is submitted will result in their elimination as a proposed subcontractor. The Service Contract Act will apply to this acquisition. The proposed services will be obtained by Negotiated Firm-Fixed Price Indefinite Delivery/Indefini te Quantity Contract and may include a time and materials line for construction phase services. To be eligible for contract award, a firm must be registered in the CCR. Register via the CCR Internet site at http://www.ccr.gov. 2. PROJECT INFORMATION: T his project will be executed using one of the following design approaches: a. preparation of an integrated design-bid-build (IDBB) approach requiring components of the overall design to be packaged to allow for early construction award; or b. traditional d esign-bid-build (DBB). Under the 2005 Base Realignment and Closure (BRAC) recommendations, BAMC located at Fort Sam Houston, TX and WHMC located at Lackland AFB, TX will be consolidated into one integrated medical operation. This consolidated medical ope ration will be known as the San Antonio Military Medical Center (SAMMC) with two campuses: a North campus at Fort Sam Houston (SAMMC  North) and a South campus at Lackland Air Force Base (SAMMC  South). This project will provide approximately 665,000 sq uare feet (SF) of new inpatient, outpatient, and ancillary/support spaces and approximately 300,000 SF of renovated space at SAMMC North, and the renovation of approximately 130,000 SF of existing space at SAMMC South. Primary facilities at SAMMC North wi ll include the addition/alteration of existing Emergency Department and a multi-story addition to house intensive care and numerous inpatient nursing unit functions; a new multi-story clinical/administrative addition; an addition/alteration to the existing Central Energy Plant; renovation of the existing hospital; and two new 2,500 car parking structures. Primary facilities at SAMMC South will include the renovation of four of the nine existing floors for clinical and administrative functions. Comprehensi ve construction phasing plans and associated specifications will be included as part of the design. Both SAMMC North and South must remain operational throughout all construction activities. Special foundations at SAMMC North will be required. Work will include the addition of or expansion of existing information systems, intrusion detection systems, energy monitoring and control systems, fire/smoke detection/alarm systems, and connections to the installation central systems. Building and site antiterro rism measures will be provided at SAMMC North. Support facilities include utilities and site improvements that include landscaping, parking, sidewalks and access drives. Access for individuals with disabilities will be provided. Air conditioning will be provided. Design considerations also include architectural, value engineering, environmental or EPA regulatory considerations including storm water pollution prevention plans and Section 404 Permit considerations. Project deliverables may include engine ering and planning studies, environmental surveys, 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 associate d with the alterations to the existing medical centers at Fort Sam Houston and Lackland AFB. Hazardous materials surveys to include PCBs, radioactive materials, asbestos and/or lead based paint may be required. Demolition design shall include abatement requirements. Sustainable principles will be integrated into the design, development, and construction of these projects. The design will be prepared using the English system of measurement. Construction cost estimates will be prepared using Corps of En gineers MII Computer Estimating System. Building Information Modeling (BIM) software will be utilized during the Design phase and will also be developed for u se by the General Contractor and subcontractors during construction. The AE design firm is to use BIM application certified in the IFC Coordination View (2X2 or better) for Design Development, Design Analysis, Interference Checking, Design Coordination & Review, Specification Coordination, Contract Document Protection, Visualization/Rendering, Quantities Take-Offs/Cost Estimation, Construction Data Management, Modifications, RFIs, and As-Builts. The IFCs provide a standard 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 S tandard 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 review comments will be provided using the Corps of Engineers DR Checks system. The estimated construction cost of these projects is between $250 - $400 Million. 3. SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance (first by majo r criterion and then by each sub-criterion), Criteria: (a)-(f) are primary criteria; items (g)-(j) are secondary and are used as tie-breakers among technically equal firms. (a) Specialized Experience and Technical Competence of the firm and consultants (E nsure that all special experience requirements are reflected on appropriate personnel resumes at Section E, Part I, SF 330): (1) The selected team must demonstrate recent experience (within the past 5 years) and significant experience in the design of new advanced surgical suites, Level-1 trauma emergency care, inpatient, ambulatory surgery, and outpatient healthcare facilities including support facilities. (2) Design of the infrastructure at Army and Air Force Military Installations, paying particular at tention to area architecture and conditions, utility systems, landscaping, interior design, service/command unique requirements, value engineering and environmental issues. (3) Life safety and fire protection design of medical inpatient, ambulatory surge ry, and outpatient healthcare facilities. Firm 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 with an emphases on healthcare facilities and UFC 3-600-01, Design: Fire Protection Engineering for Facilities. (4) Design of addition to and alteration of existing healthcare facilities must include maintaining an operational hospital during all construction activities. All Joint Commission on Accre ditation of Healthcare Organizations (JCAHO) requirements including Statement of Conditions, Environment of Care (EoC) Standards, Interim Life Safety Measures (ISLM), etc. will be provided as an integral part of all phases of design and construction. (5) Experience with large task order contracts and handling multiple, large task orders simultaneously. (6) Experience in developing a phased or staged design to allow early occupancy of particular areas of a construction project and to expedite project compl etion. (7) Experience working with construction or construction management firm(s) as part of the design delivery team. (8) Application of construction cost control through appropriate design and estimating techniques on complex projects during fluctuat ing markets to insure the project remains within budget. (9) Use of automated design tools described above (MII, CADD, SPECSINTACT, and DR Checks). Design Team members must demonstrate prior experience in the use of M-CACES. (10) Firm must demonstrate experience in the general use of BIM and specific use in the area of healthcare design; to include the experience level of the individual project design-team me mbers. Firm must demonstrate initiatives undertaken in implementing the use of BIM in innovative solutions and added-value processes. (11) Experience in energy efficiency and conservation in healthcare facility design, pollution prevention, waste reduct ion, and the use of recovered material. (12) Firms must demonstrate the capability to design project(s) incorporating the latest DoD Force Protection/Anti-Terrorism criteria. (13) Demonstrate experience in design and survey required for abatement of asbe stos, lead-based paint, and the handling/disposal of other toxic and regulated substances. Survey team members must have demonstrated experience in use of a suitable X-ray fluorescence device during on-site surveys for lead based paint. (14) Firm must de monstrate past designs which comply with Uniform Federal Accessibility Standards (UFAS) and Americans with Disabilities Act (ADA) requirements. (15) Firm must demonstrate the ability to prepare specifications using the Government furnished program. Spec sintact and Construction cost estimates will be generated using the Government furnished program, MII. Design Team members must demonstrate prior experience in the use of M-CACES. (b) Professional Qualifications and Capabilities: The selected firm must have (either in-house or through consultants) the following key disciplines, and as a minimum, the number of personnel indicated in parenthesis: Project Manager (1); Registered Professional Architects (4); Landscape Architect (1); Architectural Hardware Specialist (1); Registered Professional Electrical Engineers (2) (The electrical engineer shall be a registered P.E. with a bachelor or master of science degree in Electrical Engineering with a minimum of ten years of current design experience related to design of healthcare 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 healthcare facilities similar to those required for this project. The Electrical Engineer shall not have any responsibilities for communications systems design.); Registered Professional Mechanical Engineer (2) (The mechanical engineer shall be a registered P.E. with a bachelor or master of science degree in Mechanical Engi neering with a minimum of ten years of current design experience related to design of healthcare facilities. At least three of the ten years experience shall be in design of HVAC systems for healthcare facilities similar to those required for this project .); Registered Professional Plumbing Engineer (2) (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 healthca re facilities. At least three of the ten years experience shall be in design of plumbing and medical gas systems for healthcare facilities similar to those required for this project. The plumbing engineer shall be certified by the American Society of Plu mbing Engineers); Registered Professional Civil Engineers (2); Registered Professional Structural Engineers (3); Qualified Fire Protection Engineer (1) (A qualified fire protection engineer is defined as an individual meeting one of the following condition s: 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 engineering; 2) A registered professio nal 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 discipline with a minimum of 5 ye ars experience, dedicated to fire protection engineering that can be verified with documentation); Life Safety Specialist (1); Texas certified environmental sur vey 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 wit h project execution 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 three of the five years experience shall be in design of healthcare communications systems similar to those required for this project); Certified industrial hygienist (1); Medical equipme nt planner (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 collect soil borings and samples, and a lic ensed testing lab (Geotech and Environmental-asbestos, lead based paint, soil, etc.). None of the required personnel can be dual disciplined (except that the Life Safety Specialist can be one of the required registered Architects if qualified), i.e. a sep arate employee must be on the Design Team except as noted for each stated requirement above to meet the personnel required. Resumes contained in Standard Form (SF) 330, PART I, Section E, Page 3 shall be completed for each discipline and the number indica ted. Additional resumes may be added if needed to further explain the 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 potential of work on multiple task orders simultaneously and the required schedule as stated in Paragraph (c) below. Resumes contained in Standard Form (SF) 330, PART I, Section E, Page 3 shall be complete for each discipline and number indicated. Resumes for the survey crew, drill crew and testing lab are not required. Repeat Resume Page as needed to provide all required resumes. The evaluation will consider education, training, registration, overall and relevant experience, and longe vity with the firm. (c) Capacity: Firm must demonstrate adequate design team capacity to complete the concept design (35 percent) by October 2007 and the final design by October 2008 for the overall project. Several independent 100% design packages will be required to allow for construction award by 1 October 2007 (ex. multi-story structured parking garage; addition/alteration to existing Central Energy Plant; special structural foundations for new multi-story additions, etc.). The evaluation will consi der the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. (d) Demonstrate past performance on DoD and other contracts with respect to cost control, quality of wo rk, 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 must demonstrate familiarity with the San Antonio area and the applicable climatic conditions, architecture, local/state building codes, permit requirements, environmental regulations, soil conditions, seismic requirements, and regulatory agencies for that area.(f) Firm must demonstrate experience in evaluating contra ctors submittals and performing construction surveillance. The following, items (g) through (j), are secondary criteria: (g) Subcontracting: Firm must show the extent of participation of SB, SDB, WOSB, Service Disabled VOSB, HubZone SB, and HBCU/MI in the proposed contract team, measured as a percentage of the estimated effort. (h) Volume of Federal contract awards. In Section H, Part I, SF 330, firm must s how their last 12 months of Federal medical contract awards stated in dollars. DoD awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Dollars. Include a total of all listed awards. No te that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts; (i) In Section H, Part I, SF 330, include a summary 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, coo rdination of in-house disciplines and subcontractors, and prior experience of the prime firm and any significant consultants on similar projects). (j) Geographic Proximity of firm to San Antonio and the Fort Worth District Office. THIS ANNOUNCEMENT CONTI NUES UNDER Solicitation No. W9126G-07-R-009a. YOU MUST DOWNLOAD BOTH ANNOUNCEMENTS FOR THE COMPLETE SYNOPSIS.
 
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
SN01203497-W 20061230/061228221023 (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.