SOLICITATION NOTICE
C -- A-E COMMISSIONING AGENT SERVICES FOR A NEW HIGH ALTITUDE AVIATION TRAINING SITE (HAATS) FACILITY LOCATED IN EAGLE, COLORADO
- Notice Date
- 5/3/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541490
— Other Specialized Design Services
- Contracting Office
- USPFO for Colorado, ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, CO 80011-9511
- ZIP Code
- 80011-9511
- Solicitation Number
- W912LC-07-R-0001
- Response Due
- 6/6/2007
- Archive Date
- 8/5/2007
- Small Business Set-Aside
- Total Small Business
- Description
- A-E Commissioning Agent Services for a new High Altitude Aviation Training Site (HAATS),located in Eagle, Colorado, as needed for the USPFO for Colorado, Buckley Air Force Base, Aurora, CO. Solicitation Number: W912LC-07-R-0001. The services to be rendered by the Commissioning Agent (C(X)) under this contract are associated with the design and construction of the Colorado Army National Guards (COARNG) new High Altitude Aviation Training Site (HAATS) and all ancillary facilities, located in Eagle, C olorado. The 14 acre HAATS facility will include two primary design and construction phases. Both phases are currently programmed for construction starts in the FY 2010 MILCON Future Years Defense Plan (FYDP). The COARNG anticipates the possibility of a Congressional Add in FY 08 for phase I construction. Phase I and phase II will be designed in parallel, with separate construction drawings and specifications for each phase. Phase I design includes a 16,100 SF administrative and operations area, a 12,37 2 SF educational area, a 20,428 SF billeting area, 37,120 SY of rigid pavement for aircraft parking aprons/road, 8,960 SY of flexible pavement for access roads/parking, limited site preparation and earthwork, and anti-terrorism/force protection to support the HAATS facility. DD forms 1390/91 list the HAATS Phase I project cost at $18M. Phase II design includes a 29,801 SF maintenance hangar and shops, a 19,111 SF unheated storage hangar, 3,520 storage, 13,440 SY of rigid pavement for aircraft parking apr on, and 3,787 SY of heated apron, aircraft wash facility, airfield lighting, and related utilities to serve the hangar. DD forms 1390/91 list the HAATS Phase II project cost at $17.09M. The C(X) will perform all Type A and B Commissioning Services during the design with the option for Type C Commissioning Services during the construction, building start up and warranty periods. The COARNG is committed to commissioning the HAATS facility to ensure that all systems are complete and functioning properly upon occupancy and the facility staff has adequate system documentation and training. Commissioning consists of (but not limited to) participating in the design development to ensure buildin g systems are given proper consideration from the efficiency, effectiveness, operational and maintenance perspectives (Type A and B services); systematically documenting the performance of the building components and system to insure installed IAW design ( Type C service option); and the functionally test of each component to verify and document proper operation through all modes and conditions (Type C service option). As part of the Type A and B Commissioning Services, the C(X) will participate in all phas es of design to include design reviews at the 10%/35%/65%/95%/100% stages. Do to the timing of the C(X) selection, the C(X) WILL NOT be expected to participate in the 10% charrette scheduled for the week of 21 May 2007. However, once the C(X) contract is put into place, the C(X) agent will be expected to review the 10% conceptual submittal and provide feedback so that they can effectively influence the 35% design submittal. It is intended that both phases will be designed to a LEEDs silver sustainable level. The C(X) will participate in the LEED strategy development and execution. The LEED certification will be a self certification. The C(X) is expected to accomplish all tasks necessary during design to ensure that the Additional Commissioning Credit (#3) contained within Energy and Atmosphere Section (LEED-NC) is obtained. Additional Type C Commissioning Services to be negotiated upon completion of design include but ar e not limited to: verifying facilitys staff training; validating and documenting building performance and operations; reviewing maintenance (O&M) documents for completeness and included in the commissioning manual, by reference; responsibility for documen ting all equipment and respective maintenance dat a into our maintenance master plan enterprise (called Facility Focus). This announcement is being solicited as a total small business set-aside. For informational purposes, the small business size standard is $4.5 million in annual average gross revenue s for the last three (3) fiscal years. A Request for Proposal (RFP) will be issued to the Top Ranked Firm as determined by the Selection Board(s) based upon the Selection Criteria and Interviews (if applicable). All firms must be registered in the DoD Ce ntral Contractor Registration (CCR) database prior to any award resulting from this announcement. The Selection Criteria for Type A and B Commissioning Services, in order of importance, are as follows: (1) Previous performance (quality, time, responsiveness and budget) (2) Location of office and personnel that would provide the predominant percentage of commissioning services (3) Qualifications and availability of key personnel (4) Experience commissioning aviation/maintenance sites and training/conferencing facilities which include housing (5) Interaction with Major A-E and Major General Contracting firms in a new construction commissioning role (6) Experience commissioning LEED (New Construction or NC) rated/certified facilities (7) Work with the DOD and work on National Guard projects. It is anticipated that this contract will be awarded and the commissioning work will begin Late June 2007 to Mid July 2007. Final design review efforts are scheduled to be completed by August 2008. All requirements of this announcement MUST be met for a firm to be considered responsive. Interested firms having th e capabilities to perform the anticipated work described in this announcement and wishing to be considered by this office must submit an original Standard Form 330 (Parts I and II) and appropriate data and shall include a Taxpayer Identification Number (TI N) with their request. Only Standard Forms 330 (Parts I and II) submitted for this project will be considered. No other action beyond submission of the standard forms is required or encouraged. Supplemental information, such as cover letters will not be taken into consideration. The complete package must be received at the following address by 2:00 PM (local time) on Wednesday June 6, 2007. Address SF 330 to: Mrs. Patty McCausey, Contracting Officer, USPFO for Colorado, Mail Stop 66, 660 South Aspen St reet, Building 1005, Room 250, Buckley Air Force Base, Aurora, CO 80011-9551. Telephone: (720) 847-8681. Alternate point of contact is MAJ Daniel Pagone: (720) 847-8677. No exceptions. Submittals received by FAX or email will not be accepted and consid ered nonresponsive.
- Place of Performance
- Address: USPFO for Colorado ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005 Aurora CO
- Zip Code: 80011-9511
- Country: US
- Zip Code: 80011-9511
- Record
- SN01286956-W 20070505/070503220925 (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 |