MODIFICATION
C -- DESIGN OF US ARMY MEDICAL RESEARCH INSTITUTE OF CHEMICAL DEFENSE (USAMRICD), EDGEWOOD AREA, ABERDEEN PROVING GROUND, MD
- Notice Date
- 1/26/2007
- Notice Type
- Modification
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-07-R-0015
- Response Due
- 2/6/2007
- Archive Date
- 4/7/2007
- Point of Contact
- joseph.neil, 410-779-7921
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Baltimore
(joseph.b.neil@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION: A-E services are required for site investigation, planning, programming, survey and geotechnical report, engineering studies including permit application, design charrettes, schematic design, concept design, final design, par ametric and detailed construction cost estimating, preparation of request for proposal design-build bridging documents, commissioning, construction phase support services. Construction phase support services will include but not limited to shop drawing rev iew and approval, site visits, technical assistance, commissioning and may include preparation of operation and maintenance manuals, and on-site representation. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Sub part 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is open to all businesses regardless of size. A firm-fixed-price contract will be negotiated. The contract is ant icipated to be awarded on or about Spring 2007. The contractor and key consultants may be required to obtain a valid facility clearance and have the ability to safeguard materials to the classification level of confidential. A DD Form 254, Contract Securit y Classification Specification, which specifies the exact security requirements, will be included in the request for a pricing proposal from the selected offeror. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it plans to subcontract. The subcontracting plan is not required with this submittal. Where this contract is used in the development of the Request for Proposal design-build bridging docum ents (FAR 36.302), the A-E and all supporting consulting firms shall be prohibited from competition in the final design-build construction solicitation in accordance with FAR 9.505-2 (Preparing specifications or work statements) and FAR 36.209 (Constructio n contracts with Architect-Engineer Firms.) The North American Industry Classification System (NAICS) code for this action is 541330. SUBCONTRACTING PLAN REQUIREMENTS: If a large business is selected, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, 95-907, 99-661. The proposed subcontracting goals for this contract, which may be adjusted before issuance of the Request for the Proposal to the selected firm are as follows: a minimum of 51.2% of the contractor's intended subcontract amount be placed with small businesses (SB), 8.8% be placed with small disadvantaged businesse s (SDB), 7.3% be placed with women-owned small businesses (WOSB), 3.1% be placed with HUB Zone small business, 1.5% to Service-Disabled Veteran-Owned Small Business (SDVOSB). The subcontracting plan is not required with this submittal. Upon receipt of you r SF 330 for this project, the prime or the joint venture will be reviewed by the Contracting Officer to determine if you have complied on past projects with the subcontract requirements for that respective contract. Any prime or joint venture found to be officially notified of non-compliance on past contract and the non-compliance is outstanding will not be considered for this project. Failure to adequately explain reason for not meeting previous contract goals may result in a lower overall rating and ul timate non-selection. Selection of AE firm is not based upon competitive bidding procedures, but rather upon professional evaluations necessary for the performance of the required services. 2. PROJECT INFORMATION: The U.S. Army Medical Research Institute of Chemical Defense (USAMRICD), an organization of the U.S. Army Medical Research and Materiel Command (USAMRMC), is charged with the development, testing, and evaluation of medical treatment s and materiel to prevent and treat casualties of chemical warfare agents. Its missio n includes fundamental and applied research in the pharmacology, physiology, toxicology, pathology, and biochemistry of chemical agents and their medical countermeasures. In addition to research, the Institute educates health care providers in the medical management of chemical and biological agent casualties. The USAMRICD supports a Chemical/Biological Rapid Response Team (C/B-RRT), supports and trains theater Army medical laboratory personnel, and maintains a unique chemical surety facility. The Institute plays a key role in the Department of Defense (DoD) as the only medical laboratory in the DoD equipped to safely study highly hazardous chemical agents. This project will design the replacement, expansion, and renovation of the existing USAMRICD facilitie s, and will provide the facilities capability required to support USAMRICDs expanding chemical defense mission including medical chemical defense product testing and evaluation. The primary facilities will include BSL-2 laboratories including areas for wo rking with chemical agents, biological agents, associated laboratory support spaces; vivarium and vivarium support to include Animal BSL-2 Animal Research and Animal Holding (ABSL-2) for various species including non-human primates; administrative; support space; and a central energy plant. To meet USAMRICD mission requirements, A-E services are required to provide design and related services for construction of USAMRICD, a Department of Defense Medical (DODM) facility of approximately 330,000 gross square-feet and the Chemical Biological Def ense Lab (CBDL), a Base Realignment and Closure (BRAC) project of approximately 30,000 gross square-feet. USAMRICD is a chemical agent containment biomedical research laboratory/animal research facility with communications, intrusion detection and fire de tection and reporting systems, automatic building sprinklers, energy monitoring and control systems (EMCS), building information systems. The CBDL facility includes a medical research laboratory, vivarium and has similar functions as USAMRICD. Supporting f acilities include medical gas utilities, conventional utilities (water, sewer, gas, central district chilled water, steam), electrical services (including emergency power generation), paving, walks, parking, fencing, storm drainage, communication and infor mation systems, fire protection and alarm systems, and site improvements that include landscaping and new access drives. The project will also include decommissioning, decontamination and demolition of existing facilities which may include hazardous materi als surveys (including PCBs, radioactive, etc.), asbestos and lead based paint surveys/abatement requirements. The approximately 330,000 gross square foot DODM USAMRICD and 30,000 square foot BRAC CBDL will utilize design-bid-build methodology. For the de sign-bid-build method, complete contract documents and other supporting documents will be required to be prepared and may include multiple phased design packages. Phased design packages will be implemented if the project construction funding cycle is deter mined to be phased. Phased packages will be designed as complete and usable stand alone facilities. Should the construction funding cycle be determined to incremental, the entire 330,000 square foot DOD Medical facility and the related BRAC 30,000 square foot facility will be designed as one integral complete and usable project. In the unlikely event that the DODM USAMRICD facility is not funded for construction, the related 30,000 square foot BRAC CBDL facility may be constructed using either design-bid-b uild or the design-build method. If the design-build method is selected, bridging documents and a request for proposal, and other supporting documents will be required to be prepared. Both the DODM USAMRICD and BRAC CBDL will be designed in accordance with Unified Facilities Criteria, UFC 4-510-01 (MIL-HDBK-1191), DoD Minimum Antiterrorism Standards for Buildings UFC 4-01 0-01, CDC-NIH Bio-safety in Microbiological and Biomedical Laboratories 4th Edition, Biological Defense Safety Program AR 385-69 and DA Pamphlet 385-69, Department of the Army Pamphlet 385-61, Toxic Chemical Agent Safety Standards, Army Regulation 50-6, Ch emical Surety, Department of Agricultural Animal Research Services Facilities Design Standards 242.1M dated July 2002, National Research Council Guide for the Care and Use of Laboratory Animals (NRC 1996), National Research Council Occupational Health and Safety in the Care and Use of Research Animals (NRC 1999), the Americans with Disabilities Act and Architectural Barriers Act Accessibility Guidelines (ADA/ADAAG), Army Regulation 190-59, Chemical Agent Security Program, Army Regulation 50-6, Chemical Sure ty, Army Regulation 190-13, the Army Physical Security Program, DoD Minimum Antiterrorism Standards for Buildings, DoD Security Engineering criteria, and all other required DOD and Army criteria. Both projects will be designed to meet the Silver level of U .S. Green Building Council Leadership in Energy and Environmental Design (LEED) rating system and develop using a Building Information Modeling (BIM) 3-D digital modeling tool to ensure functionality of all spaces, constructability, operability, and mainta inability. The combined estimated construction cost of the new DODM facility and the BRAC facility is estimated to be between $300,000,000 and $400,000,000. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through E are primary. Criteria F and G are secondary and will only be used as tiebreak ers between technically equal firms. A. Specialized experience and technical competence of the firm and consultants in completed designs that were successfully constructed for the following: (1) Design of new chemical containment and biomedical (BSL-2) containment research laboratories. (2) D esign of new ABSL-2 vivarium facilities. (3) Design of chemical and biomedical carbon filtration exhaust systems and associated building controls for fume hood air flows, life safety systems and fire protection.(4) Application of construction cost control through appropriate design and estimating techniques on complex projects during fluctuating markets to insure that the project remains within budget. (5) Experience in the preparation of request for proposals for design-build construction contracts. (6) Kn owledge of the locality of the project including geologic features, climatic conditions, local construction methods, and obtaining permits. (7) Experience in the commissioning of chemical containment and biomedical containment laboratory and vivarium facil ities. (8) Preparation of phased or staged design to allow early occupancy of particular areas of a construction project. (9) Design of alteration of existing biomedical research laboratory and vivarium facilities to include maintaining an operational viva rium during construction. (10) Experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. (11) Sustainable design using an integrated design approach and emphasizing environmental stewardship, with experie nce in energy efficiency, use of recovered materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; development of healthy, safe and pro ductive work environments, and employing the LEED evaluation and certification methods. (12) Familiarity with DoD anti-terrorism/force protection (AT/FP) design criteria and construction standards. (13) Experience working with construction or construction management firms as part of the design delivery team. B. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following key disciplines: project management, ch emical and biomedical laboratory space planning (BSL-2) and vivarium space planning (ABSL-2) for multiple small species and non-human primates, biomedical laboratory engineering (BSL-2) and vivarium engineering (ABSL-2) for multiple small species and non-h uman primates, registered architect, equipment planning for laboratory and vivarium facilities, mechanical engineer, plumbing engineer, electrical engineer, fire protection, life safety specialist, structural, civil, security, communications engineering, c ertified industrial hygiene, land surveyor, geotechnical engineering, laboratory and vivarium commissioning expert, interior design, landscape architecture, operation and maintenance systems specialist, and cost engineer. Resumes contained in Standard Form (SF) 330, PART I, Section E, Page 3 shall be completed for each discipline and the number indicated. Additional resumes may be added if needed to further explain the proposed team members. Each resume shall not exceed one page in length. Registered profes sionals are required in the following disciplines: architecture, mechanical, plumbing, electrical, fire protection, structural, cost estimating, industrial hygiene, land surveyor, landscape architecture, civil engineering, geotechnical engineer, and cost e stimator. The project manager will be required to be a registered professional. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. The availability of an adequate number of personne l in the key disciplines shall be presented to insure that the firm can meet the required schedule as stated in Paragraph D below C. C. Work and design quality management/quality assurance plans: The plans should include an organization chart and specifically address management approach, team organization, professional registration, quality control/quality assurance procedures, cost con trol, value engineering, coordination of in-house disciplines and subcontractors, and prior experience of the prime firm and any significant consultants on similar projects. Evaluation will be based on established ACASS ratings and other credible documenta tion included in the SF 330. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. D. Capacity to complete a S2 submission on or about Spring 2007 and S3/4 submission on or about Mid-summer 2007 for the integrated DODM USAMRICD (330,000 sf) and BRAC CBDL (30,000 sf) project. Capacity to develop a Design-Build Request for Proposal or full Design Bid Build project for the BRAC CBDL (30,000 sf) project concurrent while developing the full Design Bid Build documents for the integral DODM USAMRICD (330,000 sf) and BRAC CBDL (30,000 sf). The BRAC CBDL design must be completed to facilitate pote ntially FY 08 construction award. The early completion date for this design will on or about early fall 2007. The integrated DODM USAMRICD (330,000 sf) and BRAC CBDL (30,000 sf) must be designed to facilitate a FY 09 construction award. The early completi on date for this design will be approximately early fall 2008. The A-E shall submit design schedules to demonstrate their full understanding of these requirements and the need to execute two (2) designs simultaneously. The evaluation will consider the exp erience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. E. Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules. F. Commitment to meeting the small business goals set forth in this solicitation demonstrated by the proposed subcontracting partners. Extent of participation of small businesses including woman owned small business, small disadvantaged businesses, histori cally black colleges and universities, and minority institutions in the proposed contract team, m easured as a percentage of the total estimated effort. G. Volume of DoD contract awards in the last 12 months with the objective of effecting distribution of DoD contracts among qualified firms. 4. SUBMISSION REQUIREMENTS: See Note 24. Interested firms having the capabilities to perform this work must submit four (4) completed paper copies of Parts I and II of the SF 330 (Architect-Engineer Qualifications) for the prime and joint venture(s). Part II of the SF 330 must be submitted for each consultant to the address below. On SF 330, Part I, Block 5, include DUNS number for the prime firm/joint venture. On the SF 330, Part I, Block F, provide the title and contract award dates for all projects lis ted in that section. Submit responses to US Army Corps of Engineers, City Crescent Building, ATTN: Charlene V. Brown, Room 7000, 10 South Howard Street, Baltimore, MD 21201. Technical questions should be directed to Mr. David Roberts at (410) 962-4363 or david.i.roberts@usace.army.mil. Contracting questions can be directed to Ms. Charlene V. Brown at (410) 962-5626 or charlene.v.brown@usace.army.mil. SF 330 Parts I and II shall be submitted to above address no later than 4:00 PM on February 6, 2007. F our (4) copies of the SF 330 submission are required. The SF 330 shall have a page limit of 125 pages. A page is one side of a sheet. Font size shall not be less than 11 font. Effective immediately, the use of DUNS+4 numbers to identify vendors limited to identifying different CCR records for themselves at the same vendor at the same physical location. For example, a vendor could have tow records for themselves at the same physical location to identify two separate bank accounts. If you do not have a D UNS number, or want to register subsidiaries and other entities, call Dun and Bradstreet at 1-866-705-5711. SF 330 6/2004 edition must be used, and may be obtained from the Government Printing Office or from the following web site: http://contacts.gsa.gov/ webforms.nsf/22f268ed0a398629852569a4006ed7cc?OpenView&Start=30. In Block H also indicate the estimated percentage involvement of each firm on the proposed team. Block H is limited to 30 pages. The page limit for the Part 1 SF 330 is 125 pages. A Part II of the SF 330 is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. Solicitation packages are not provided and no additional project information will be given to firms during the ann ouncement period. The Baltimore District intends to conduct oral presentations as part of the final selection process. NOTE: In order to maintain total objectivity in the AE selection process, phone calls and emails to discuss this announcement are discou raged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. This is not a request for proposal. To be eligible for contract award, a firm must be registered with the Central Contractor Registration d atabase. For instructions on registering with the CCR, please see the CCR Web site at http://www.acq.osd.mil/ec.
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Country: US
- Zip Code: 21203
- Record
- SN01220127-W 20070128/070126221040 (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 |