Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2007 FBO #1990
MODIFICATION

Y -- DESIGN/BUILD OF A MEDICAL CENTER ADDITION/ALTERATION FOR WALTER REED NATIONAL MILITARY MEDICAL CENTER AT BETHESDA, MARYLAND

Notice Date
5/7/2007
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40080-07-R-0004
 
Response Due
6/20/2007
 
Archive Date
12/31/2007
 
Description
The project is for design and construction of a 21st Century premier, world class national military medical center addition, as well as alterations to existing clinical and administrative facilities, and new parking structures, at the location of the National Naval Medical Center, Bethesda, Maryland. The purpose of the project is to comply with the 2005 Base Realignment and Closure (BRAC) Commission recommendation to realign all tertiary (sub-specialty and complex care) medical services currently located at Walter Reed Army Medical Center (WRAMC) in Washington, DC, to the National Naval Medical Center (NNMC) in Bethesda, Maryland. The joint operational medical facility, shall be re-named the Walter Reed National Military Medical Center (WRNMMC). The Addition will be a multi-level facility of an ?order of magnitude? of approximately 540,000 gross square feet in size. Alterations will be of an ?order of magnitude? of approximately 260,000 gross square feet. Services, functions, and associated spaces in the addition and renovated spaces include, but are not limited to: Surgery, Critical Care, Musculoskeletal, Neurosciences, Cardiovascular / Invasive Procedures, Cancer Treatment, Endoscopy, Imaging, Children?s Health, and Emergency Services. The addition, alterations and associated site work include multiple hospital related systems, fire protection sprinkler and alarm systems, electrical distribution systems, mechanical systems, plumbing systems, information/communication systems, security systems, elevators, utility connections, and all required supporting facilities. Site work and site improvements include demolition of buildings, major utilities work, sediment erosion control and stormwater management requirements, landscaping, pavement, sidewalks, etc. Work also includes upgrades to utility related facilities, e.g., energy plant, emergency power, etc. The Design Build Firm must have working familiarity with the following Design and Construction Criteria: Medical Military Facilities - Unified Facilities Criteria (UFC) 4-510-01, DoD Minimum Antiterrorism Standard for Buildings - UFC 4-010-01, Uniform Federal Accessibility Standards / American with Disabilities Act Accessibilities Guidelines (UFAS / ADAAG), Sustainable Building Technical Manual Green Building Design (per USGBC), and energy consumption reduction requirements of the National Energy Conservation Policy Act. This procurement is unrestricted for a Design-Build Project being acquired through the use of the two-phase selection process. This acquisition will result in a FIRM FIXED PRICE contract acquired through competitive negotiation procedures. The procurement will be conducted using source selection procedures and the award will be based on best value to the government considering the price and non-priced factors. The Design to Budget for this project is $415M Phase I solicitation will be issued on or about 21 May 2007. Offerors must respond to the Phase I factors ONLY by 2:00 p.m. EST on 20 June 2007. Please mail an original and five copies to the above address or hand-deliver to the mailroom on the 1st Floor of Building 212. Electronic and Facsimile copies will not be accepted. Potential offerors are notified that the maximum number of Offerors invited to participate in Phase II will not exceed five. The Government anticipates issuing the solicitation , via NAVFAC E-Solicitations at http://esol.navfac.navy.mil. The following procurement timeline is provided for planning purposes only: For this procurement the criteria of Past Performance, Technical / Management Factors, and Price are approximately equal in importance to each other when determining the best value to the Government. The following describes the relative importance of the Technical / Management Factors to each other: Phase I - Technical / Management Factors 1 through 5a are considered equal in importance to each other and the rating compiled along with the past performance rating will be the basis for short listing the most highly rated competitors. Phase II - Technical / Management Factors 5b through 8 will be considered more important than Factors 1 through 5a when assessing the best value to the Government. PHASE I Issue Synopsis 7 May 2007 Issue Phase I Solicitation 21 May 2007 Receive Phase I Responses 20 June 2007 PHASE II Issue Phase II Solicitation 27 August 2007 Receive Proposals 30 October 2007 Oral Presentations 5 November 2007 Discussions Concluded 28 December 2007 Award 31 January 2007 Factor 1 ? Relevant Experience (Design Team) ? PHASE I The Offeror shall identify the designer / architect of record and provide relevant projects (5 maximum, performed within the past ten years or currently ongoing ) that reflect the type of facility as described in the solicitation, (are similar in size, scope, function and complexity to the subject project for the design team). Relevant project experience is defined as large, complex medical facilities with critical and diverse services, including, but not limited to: Surgery, Critical Care, Musculoskeletal, Neurosciences, Cardiovascular / Invasive Procedures, Cancer Treatment, Endoscopy, Imaging, Children?s Health, and Emergency Services. Relevance is strengthened by possessing one or more of the following additional elements: (1) construction in constrained sites (sites with limited access, limited staging area or adjacent to occupied spaces); (2) facilities located in sensitive, historic surroundings; and (3) DOD AT/FP compliance. Include details of each project, including photographs if available, that demonstrate the designer?s expertise in designing relevant facilities. The Offeror shall provide the following information about the projects: - Facility name - Location & owner of the facility - Whether project type is design / build or design-bid-build. - For design build projects, identify the design agent?s construction partner. - Firm?s role in the project - Original contract cost - Final contract cost including modifications - Award Date - Original contract completion date - Actual date which facility was accepted by owner - Brief narrative description of the facility and how this experience relates to the work requirements in this project. Explanation of deviations between awarded and actual costs and schedules - Photographs - Provide name and telephone number of the owner?s representatives The Offeror shall identify in their proposal, the design team?s disciplines, approximate numbers within each discipline, as well as relevant capabilities and experience of the team, during the design phase of projects. If any of the firm?s employees participated in any of the five sample projects and will participate in this project, please identify the individuals, and their roles. Factor 2 - Relevant Experience (Construction Team) ? PHASE I The Offeror shall provide relevant projects (5 maximum), performed within the past ten (10) years that are similar in size, scope, function and complexity to the subject project. As stated under Factor 1, Relevance is strengthened by possessing one or more of the following major elements: (1) facilities located in sensitive, historic surroundings; (2) construction in constrained sites (sites with limited access, limited staging area or adjacent to occupied spaces); (3) DOD AT/FP compliance; (4) adherence to original project schedule. Include details of each project, including photographs if available, that demonstrate the construction team?s expertise with relevant projects. The Offeror shall provide the following information about the projects: - Facility name - Location & owner of the facility - Whether project type is design build or design bid build - For design build projects, identify the design agent partner - Firm?s role in each project - Original contract cost - Final contract cost including modifications - Award Date - Original contract completion date - Actual date which facility was accepted by owner - Brief narrative description of the facility and how this experience relates to the work requirements in this project. Explanation of deviations between awarded and actual costs & schedules - Photographs - Provide name and telephone number of the owner?s representatives Factor 3 ? Design and Construction Team Relationship? PHASE I Describe the relationship between the design team and the construction contractor. Describe the designer?s involvement in the construction phase and the constructor?s involvement during the design phase. Describe how quality control will be integrated into your proposed teaming approach and the A/E contractor and construction contractor?s involvement in quality control throughout the project. Provide discussion on adherence to construction schedules. Factor scoring can be strengthened based on : (1) the Design Team having previously worked together with the Construction Team, and (2) the extent that the teams have worked together. Narrative not to exceed 3 pages. Factor 4 ? Safety Performance History? PHASE I The Government desires to do business with only those firms that excel in safety performance. This factor exists to emphasize the importance of safety in and around all construction sites and at the base where construction work is being performed. This factor will evaluate the Offeror?s safety performance history by contacting references, including but not limited to clients, insurance agencies and subcontractors, and will evaluate specific aspects of the Offerors construction safety program. Provide the number of mishap/accidents for the most recent 500,000-man hours of construction. This information is required for the prime contractor and all subcontractors that worked on the past contracts. Your response shall address each of the following: Description of Accident/Mishap and whether prime or subcontractor event Date/location of occurrence and contract title Actions taken following accident/mishap Agency/client POC and phone number Employer (of employee affected by event) POC and phone number The Government will contact references for the purpose of validating the information provided in response to this factor as well as obtaining further insight into each Offeror?s corporate safety philosophy. The frequency and severity of events may have significant impact in the rating assigned to this factor (where (1) ?frequency? denotes ?quantity of accidents, mishaps, and similar incidents, and how often the incidents occur, and (2) ?severity? pertains to degree of injury, number of victims, and other casualty-related impacts). The Government reserves the right to call any or all previous clients for the purpose of obtaining additional information regarding your record of accidents and mishaps The Offeror shall provide information that demonstrates a corporate commitment to construction safety by addressing the following: Processes/Standard Operating Procedures Management Involvement/Commitment Employee participation and training Incentive/Awards program Other safety program innovations Factor 5a ? Subcontracting History ? PHASE I Offerors shall provide their history of subcontracting to Small Business (SB), Small Disadvantaged, Historically Underutilized Small Zone Small Businesses, Women Owned Small Businesses, Service Disabled Veteran Owned Small Businesses, and Historically Black College and University/Minority Institutes. Subfactor 5a (found in Phase I) and SubFactor 5b (found in Phase II) are equal in importance to each other. Subfactor 5b will be evaluated under Phase II and an overall rating for this factor will be assigned. Offerors must address the following in sufficient detail to allow proper evaluation and rating: 1. Provide SF-294 forms, "Subcontracting Report for Individual Contracts?, for projects identified under technical Factor 2, Relevant Experience (construction team). If the referenced projects were not DOD procurements and an SF-294 was not required, provide any other documentation showing compliance with the utilization of Small Business firms in each noted category (e.g., Small, Small Disadvantaged, HUBZone Small, Veteran Owned Small, Service Disabled Veteran Owned Small and Historically Black Colleges and Universities/Minority Institutions, if applicable). Include the dollar value and percentage of work (of total contract value) subcontracted to these entities. If goals were not met on the referenced contracts, provide an explanation as to why. 2. Provide information on any awards received within the past three (3) years for outstanding support to the small business community. 3. Provide performance evaluation ratings obtained on implementation of subcontracting plans, if available, on the DOD contracts submitted under (1) above. 4. Provide information on existing or pending mentor-prot?g? agreements. Provide information, if available, on use of Community Rehabilitation Programs organizations certified under the Javits-Wagner O?Day Program (JWOD) by NISH or NIB. PAST PERFORMANCE? PHASE I Past Performance information is one indicator of an Offeror?s ability to perform this contract successfully. This evaluation will include the performance history of both the construction entity and the design entity. The relevancy and source of the information, context of data, and general trends in a contractor?s performance shall be taken into consideration. The assessment of the Offeror?s past performance will be used as a means of evaluating the relative capability of the Offeror and establishes a level of confidence or risk for successful performance under this contract. Past Performance findings will influence the relative standing of the Offeror. Findings will be used to validate proposals against established criteria. By contacting references provided under Factors 1 and 2, the Government will evaluate the Offeror?s past performance. Offerors are authorized to provide information on problems encountered on the identified contracts and corrective actions taken. In investigating the Offeror?s past performance, the Government is not limited to the references submitted but may rely on other sources as well. Evaluation of Past Performance will be a subjective assessment. The Government is seeking to determine whether the Offeror has consistently demonstrated a commitment to customer satisfaction and timely delivery of services as well as fair and reasonable pricing. The Government will evaluate the Offeror?s record of conforming to specifications and standards of good workmanship, and will evaluate the Offeror?s record on cost control/change orders and adherence to contract schedules. Subcontractor management, safety management, and other quality control programs will also be reviewed. The Government will examine the Offeror?s record for reasonable and cooperative behavior, and in general, the Offeror?s business-like concern for the interest of the customer. Offerors may be given an opportunity to address unfavorable reports of past performance, and the Offeror?s response will be taken into consideration. A review of CCAS and ACAS may be performed. PHASE II. EVALUATION FACTORS. Please do not respond to Phase II factors at this time. The following factors may be included Phase II, and their full text will be provided in the solicitation. In Phase II: (1) the total of all Phase I and II technical/management factors; (2) Past Performance; and (3) Price, are considered equal in importance. FACTOR 5b ? Subcontracting Plan FACTOR 6 ? Design Solutions FACTOR 7 - Design and Construction Schedule FACTOR 8 - Contract Organizational Structure PRICE - Price will be evaluated during Phase II in terms of reasonableness based on a comparison of the Government Estimate and other offers received.
 
Place of Performance
Address: Bethesda, Maryland
Zip Code: 20734
Country: UNITED STATES
 
Record
SN01289161-W 20070509/070507221716 (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.