Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2008 FBO #2307
SOLICITATION NOTICE

C -- Support Facilities for Warrior Transition Unit (WTU) Admin Center

Notice Date
11/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
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
20374-5018
 
Solicitation Number
SupportFacilitiesBRAC
 
Response Due
1/3/2008
 
Point of Contact
Nicole Rounay, Contract Specialist, Phone 202-685-3155, Fax 202-433-6193
 
E-Mail Address
nicole.rounay@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Architectural and Engineering (A-E) Services for the Support Facilities for Warrior Transition Unit (WTU) Administration Center, National Naval Medical Center, Bethesda, Maryland project is being solicited as a Small Business Set-Aside in accordance with DFARS 226.71, "Preference for Local and Small Businesses." Only Small Businesses within the "vicinity" of the National Naval Medical Center, Bethesda, Maryland shall be considered for award ("Vicinity" includes Montgomery County, Maryland and adjacent counties). Service-disabled, veteran-owned small businesses, certified HUBZone small businesses and certified 8(a) small disadvantaged businesses are also encouraged to respond. One firm will be selected. The North American Industry Classification Systems (NAICS) code is 541310. The size standard is $4.5 million. SCOPE OF WORK: General Intention: It is the general intention of this contract to provide for such engineering and design services as necessary to support the procurement of the project described below. Such services as studies, preparation of design build Request for Proposal (RFP) documents, reviews of design submissions provided by the construction contractor's design agent, shop drawing review, construction consultation, construction inspection and preparation of record drawings, and similar types of work may be required any time to the final acceptance of all work associated with the identified project. All contract requirements shall be performed in accordance with the procedures outlined in the "A-E Guide for Architectural-Engineering Firms Performing Services for NAVFAC Washington." This document is located at https://portal.navfac.navy.mil/ Click on Organization, NAVFAC Atlantic, NAVFAC Washington, Resources Project Description: 1. Work includes but is not limited to developing design-build RFP documents and cost estimates to be used for solicitation and acquisition. Most work involves new construction, although some renovation work is also required. Buildings and Facilities include: Parking Garage (new) - 565 spaces Physical Fitness Center (new) - 64,000 SF Dining Facility (new) - 21,000 SF Bach Quarters -Permanent Party type facilities (new)- 204,000 SF Administration/Office type facilities (new) - 114,000 SF Renovate Comfort Hall (Bldg 60)- 22,680 SF WTU BEQ and Support facilities (new)- 36,000 SF - (also known as the "Walter Reed National Medicalm Center") 2. Supporting facility construction includes electrical and mechanical utilities, site preparation, paving, environmental mitigation, site improvements, and anti-terrorism force protection measures-(per Uniform Facilities Criteria (UFC) # 4-010-1). Sustainable principles in addition to EPAct and LEED features will be integrated into the design, development, and construction of the project. Contractor shall obtain certification of the LEED ratings via the USGBC. 3. AE shall confirm and document in the RFP, the existing site conditions. A/E shall: identify all utility connection points and confirm capacities of utilities on project site; conduct topographic surveys; and conduct geotechnical services, including soils and environmental borings. Also, A/E shall provide market value construction cost estimates using SUCCESS Cost Estimating Services or Tri-Service Parametric Cost Engineering System (PACES) at each RFP submission. 4. This project will also demolish Bldgs 18, 21, 29, 49, 139, 146, 155, 174, and 219. 5. Renovation of Comfort Hall: a. Work includes renovating Building 60 throughout with new finishes including floor and ceiling finishes, wall paint, new kitchenettes and lighting fixtures on floors 3 and 4. b. Background: Building 60 is a four story Bachelor Enlisted Quarters residential facility with a basement parking garage. Gross area of the four occupied floors is 80,080 SF. The first floor already has been modified to upgrade living units, corridors, and all common areas to comply with ADA (Americans with Disabilities) and UFAS (Uniform Federal Accessibility Standards) accessibility requirements. It has also been corrected for any life safety issues to comply with the Life Safety Code and NFPA 101 (National Fire Protection Association) throughout the building. 6. As part of the effort, A/E shall conduct programming sessions and obtain project requirements. A/E shall prepare RFP in conformance with the Whole Building Design Guide, at www.wbdg.org. 7. Interior Design: A/E shall provide programming for interior finishes and specify requirements for special system packages / furniture package. 8. Hazardous Materials: a. Hazardous Materials (Asbestos, etc) removal is required on this project. The A/E shall be required to validate existing lab results for evidence of asbestos that will be provided, identify and quantify the extent of hazardous material removal. The A/E will be responsible for securing the samples of any suspicious material and having the sample tested at a qualified testing lab. Samples should be taken on suspected building material, equipment, piping, debris or dust to be removed or disturbed under this contract during construction. This survey shall consist as samples of material for testing per building. However, the sampling shall be done in accordance with EPA requirements and the A/E shall determine the appropriate number of samples. In addition, other hazardous material handling and abatement requirements (lead paint, PCBs in transformers and lighting ballasts, mercury in lamps, etc) shall be addressed in the RFP. b. New Building Site Investigation: A/E shall thoroughly investigate the site for soil contamination. The A/E shall test and identify hazardous material such as oil, petroleum materials, PCB, lead, buried tanks etc. that may be present in the soil. The RFP shall include necessary description and criteria to remove soil contaminants. 9. Provide anticipated timeline for construction, considering that all construction work for this project must be completed by May 2011, and the work needs to be coordinated with other ongoing construction contract activities. 10. The AE contractor will be required to assist in responding to RFIs from construction contractors after the project is advertised and prior to construction award. Additional negotiated time will be required by the AE to respond to issues and topics that are not considered design (RFP) related errors and omissions. Also, the AE contractor will be required to attend and participate in the construction contractor's pre-bid site visit and discussion session. Contract Requirement: The A-E Contractor shall provide the Items of Work as indicated on Attachment II, "Submission Requirements List" (NOT INCLUDED AT THIS TIME). Provide Post Construction Award (PCAS) services per Attachment III (NOT INCLUDED AT THIS TIME). Submittal Schedule: Submittal shall be made as outlined in Attachment II, "Submission Requirements List" (NOT INCLUDED AT THIS TIME). From this list, submission requirements shall be delivered (per Attachment I) by express mail. The "Final RFPD" document and cost estimate must be received 12 weeks from award of the A-E contract. The A-E Contractor shall submit the various phases of work in accordance with the following very stringent schedule: Phase A (Pre-Final RFP) 6 weeks after Award Government Review 2 weeks Phase B (Final RFP) 4 weeks after return Government Review Capability & Capacity: The A-E must have the capability and capacity to start immediately and perform intensely throughout the development of the RFP given the extremely tight schedule. The Final RFP must be received 12 weeks after award. Architectural and Engineering services for this contract will be subject to the availably of funds. The estimated cost of construction for this project is estimated at around $170 million. **END SCOPE OF WORK** EVALUATION CRITERIA: Each A-E firm must respond directly to each of the selection criteria. Selection criteria are considered equal in importance to each other. Responses shall be no more than 50 pages in length, singled-spaced, 12 point font minimum, single sided 8.5 X 11 paper. This documentation shall address the following: (1) Evaluation Criteria #1: Relevant experience of the firm (or team) within the last five years in developing Design Build Request for Proposals and Cost Estimates that resulted in acquisition of complete and usable facilities of the type required by the scope of work. Include the Customer and Contracting Officer points of contact and current phone numbers. The firm's response should at minimum consider the following: (The response should include no more than 6 relevant sample projects). Relevant experience includes (but is not limited to) space planning and programming; compliance with life safety requirements (fire protection, access and egress); compliance with ADA & UFAS; compliance with Department of Defense Anti-Terrorism / Force Protection (ATFP) requirements (including UFC # 4-010-1); hazardous material surveys; topographic surveys and geotechnical investigations; detailed documentation of existing site conditions; applicable construction permitting requirements; NCPC & SHPO considerations; coordination with other planned and ongoing site construction; etc. RFP documentation shall be developed utilizing the NAVFAC Design Build Master, so the team's familiarity with the Design Build Master is considered a strength. (2) Evaluation Criteria #2: Ability to meet the highly expedited schedule as presented in the scope of work (attached). The firm's response should at minimum consider the following: The current timeframe for preparation of this design build RFP documentation is the delivery of the Final RFP 12 weeks after award of the A-E contract. Explain your firm's / (Team's) ability (based on capacity, experience, and expertise) to fulfill the scope requirements within the stringent timeframe. (3) Past Performance: The Government may contact the individuals identified in Evaluation Criteria 1, it is critical that these individuals be familiar with the project to answer specific questions regarding your performance. The Government may choose to contact additional customer(s) not provided by an offeror and may obtain additional information through other sources, such as the Past Performance Retrieval System (PPIRS), and phone interviews. In addition to references provided under Evaluation Criteria 1, you may include additional references that are knowledgeable of your firm?s performance. (4) In addition, as part of the response to this solicitation, submit a Company profile to include number of employees, office location(s), DUNS number, CAGE Code, Taxpayer Identification Number (TIN)and statement regarding small business designation and status. If the firm wishes to submit an SF 330 to convey their responses, then the SF 330 should be tailored to the instructions provided above. ADDITIONAL INFORMATION: Site visits will not be arranged during the advertisement period. Interested firms are requested to also include the primary person(s) for NAVFAC to contact throughout this procurement. Please provide this individual's name, phone number and email address. SUBMITTAL INFORMATION: The responses shall be sent by mail to the following address: Naval Facilities Engineering Command, Washington, 1314 Harwood Street, SE, Building 212, Washington Navy Yard, Washington, DC 20374-5018 (Attn: Nicole Rounay). Submissions must be received at the office cited no later than 2:00 PM Eastern Standard Time on 3 January 2008. Questions or comments regarding this synopsis/solicitation may be addressed to Nicole Rounay at (202) 685-3155. Facsimile and emailed copies will not be accepted. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-NOV-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 19-MAR-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N62477/SupportFacilitiesBRAC/listing.html)
 
Place of Performance
Address: National Naval Medical Center, Bethesda, Maryland
Zip Code: 20889
Country: UNITED STATES
 
Record
SN01536938-F 20080321/080319233149 (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.