Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2007 FBO #2160
SOURCES SOUGHT

C -- Firm Fixed Price Contract for Design of New Facility for the Command Control/Communications Network Transport (C2/CNT) East, Aberdeen Proving Ground, MD

Notice Date
10/24/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU08R0004
 
Response Due
11/30/2007
 
Archive Date
1/29/2008
 
Point of Contact
Denise DeTitta, 215-656-6775
 
E-Mail Address
Email your questions to US Army Engineer District, Philadelphia
(denise.m.detitta@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: The Philadelphia District, U.S. Army Corps of Engineers (USACE) intends to award a firm fixed-price contract under FAR Subpart 36.6 to prepare Detailed Construction Plans, Specifications, Estimates, and related efforts for the new C2/CNT East facility at APG, MD. This announcement is open to all business regardless of size. The NAICS code is 541330, which has a size standard of $4,500,000 in average annual receipts. A firm-fixed price contract will be negotiated. This co ntract is anticipated for award in early January 2008. This project is fully funded by the Government. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for the work it intends to subcontract. Groups with prime-sub relationships or joint ventures will be considered as well as firms having all disciplines in-house. Responding firms or groups must have demonstrated competence and experience in the following primary disci plines: Architectural, Civil, Mechanical, Structural, Electrical, and Environmental. Other related disciplines include Geo-Technical, Base Security and Access, Landscape Architecture, Cost Estimating, Spec Writing, Internet Technology (IT), Hazardous Mate rial (HAZMAT), Demolition, Fire Protection, Antiterrorism Force Protection (ATFP), AutoCAD and Interior Design. 2. PROJECT INFORMATION: This project involves the preparation of a design-bid-build package for construction of a new facility known as C2/CN T East at APG in Maryland. As background, the Department of the Armys Base Realignment and Closure (BRAC) action includes the relocation of Team C4ISR (Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance) from Fort Monmouth, NJ (and some of its minor affiliates from Fort Belvoir, VA; Redstone Arsenal, AL; and Fort Huachuca, AZ) to Aberdeen Proving Grounds, MD (APG). These activities are being consolidated to a campus in the North Cantonment area of APG. This facili ty is included in Phase II of the project as part of the eastern campus as new construction to accommodate certain groups from the C4ISR community. The footprint for this construction is approximately 500,000 square feet and will provide at a minimum for parking, office space, classrooms and conference rooms, convenience spaces (bathrooms and kitchens), general and high bay lab spaces for approximately 1,600 people, as well as related mechanical, electrical, and other support areas, site utilities and rela ted exterior work. Several stories will be required to fit the requirements in the footprint. Detailed coordination during all phases is required not only with the USACE but also with Fort Monmouth and APG personnel. Construction design should not excee d DD 1391 estimate of $120 million for construction in Phase II BRAC program. Utilizing Government furnished blocking and stacking, determine preliminary design based on needs of the C4ISR community. Verify all available data to determine any additional requirements such as utility locations with invert elevations, topographic information and additional soil borings. Preparation of various periodic forms of submission packages with various types of review and comments by all parties involved with comment s through Dr Checks and responses by the contractor. All plan drawings will be in CADD format in Microstation in English units. BIM is required by the facilities involved in this construction contract. Total design must comply with LEED Silver criteria. All detailed cost estimates and technical specifications should be according to the following USACE formats - MCASES MII and SPECSINTACT. Detailed estimates after 35% shall be in MCASES. Any and all permits required must be in draft applications and su bmitted to the APG for coordination with the State of Maryland. Therefore, the contractor needs to be very familiar with the requirements of the State of Maryl and. Preparation of a HAZMAT survey for the area is required detailing any issues needing to be addressed. The Contractor also must comply, and require in their submissions, compliance with all requirements of EM 385-1-1 (US Army Corps of Engineers Safet y and Health Requirements Manual). Comprehensive Interior Design (CID) needs to be detailed in furniture and furnishing selections associated pricing for cost information purposes. Current schedule is for final design by September 2008 with award of the construction contract for the C2/CNT East building in early December 2008. Contractor needs to be able to work in total cooperation with current construction contractors for the awarded western portion of the C4ISR campus and designers for other portions of the eastern portion of the campus. Final design needs to be compatible in relationships and appearance to the recently awarded design-build contract for Phase I western campus for the C4ISR relocation and APG design requirements. 3. SELECTION CRITERI A: Significant selection evaluation criteria in relative descending order of importance will include: 1) Specialized experience of the firm in the primary areas, and including where appropriate, Architectural, Structural, Mechanical, Civil, Electrical, En vironmental, experience in new construction of Administration space (offices, conference rooms, classrooms, etc.), Communications support spaces, communications lab and test support areas (research and development), secure communications areas, communicati ons and general storage areas, related support areas, and other items noted above, sustainable design with experience in energy and water conservation and efficiency and the use of recovered and recycled materials along with waste reduction, reduction of t oxic and harmful substances; 2) Specialized experience of the firm in the secondary areas, including, but not limited to Fire Protection, Geotechnical, emergency power and uninterrupted power, Site development, demolition and hazmat remediation, Interior D esign, environmental permit issues (such as storm water management) with the State of Maryland, multiple facility coordination and schedule constraints to meet customer deadlines and including where appropriate experience with the required Corps and facili ty formats listed above, ADA conformance, economic and life cycle cost analysis, surveying, paved surfaces design; 3) Professional qualifications of the available staff necessary for performance of the services; 4) Capacity of the firm to accomplish the re quired work in the time required, be able to start the work immediately and complete the design in order to award the construction contract within the calendar year; 5) Past performance on relevant contracts especially on Department of Defense contracts; 6) A secondary selection criteria is the Extent of participation of SB, SDB, Hub Zone, WOSB, Veteran-owned SB, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the estimated e ffort; 7) Location of the firm with respect to the three major offices involved in this contract (USACE Philadelphia, Fort Monmouth, NJ and APG, MD) may also be taken into consideration in the final selection as a secondary selection criteria element pro vided a sufficient number of qualified firms respond to this announcement. 4. SUBMISSION REQUIREMENTS: Responding firms must clearly present billing amounts for all Corps of Engineers as well as Department of Defense work for the 12 months prior to the date of this announcement. Firms which desire consideration and meet the requirements described in the announcement are invited to submit a completed SF 330 Parts I and II revised 6/04 or more recent, to U.S. Army Corps of Engineers, Philadelphia District , Wanamaker Building, Room 702, 100 Penn Square East, Philadelphia, PA 19107-3390, Attn: Mr. Robert M. Bencal, not later than the close of business on the 30th day after the published date of the announcement. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline is the close of business the next business day. Include your DUNS number in block 11 of paragraph C of Part I of the SF 330. All Co ntractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to be registered in the DOD CCR Database may render your firm ineligible for award. All firms are encourag ed to register as soon as possible. Information regarding this registration may be obtained by accessing Web Site http://www.ccr.gov/ or you may call 1-888-227-2423. This is not a request for proposals. No other notification to firms for this project wi ll be made.
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN01440292-W 20071026/071024225415 (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.