SOLICITATION NOTICE
C -- Architect-Engineering (A-E) Design Services Fort Riley Hospital Replacement - including construction phase work utilizing Early Contractor Involvement (ECI) Strategy.
- Notice Date
- 10/9/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ09R4001
- Response Due
- 11/7/2008
- Archive Date
- 1/6/2009
- Point of Contact
- Stephanie Hicks, 816-389-3965<br />
- Small Business Set-Aside
- N/A
- Description
- CONTRACT INFORMATION: This solicitation is for design services for the Hospital Replacement project at Fort Riley, Riley County, Kansas 66442. This contract is being procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented in FAR Subpart 36.6. An A-E Firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. It is important to note, Early Contractor Involvement (ECI) procurement strategy will be utilized during the construction phase services of this project. A firm-fixed-price contract will be negotiated for the design efforts. The estimated magnitude of the construction project is between $250 million dollars and $500 million dollars. ARCHITECT-ENGINEER (A-E) SERVICES are required for: site investigation and development, planning, programming, topographic survey, geotechnical report, space planning, engineering studies including vehicular traffic studies, sustainable design, interior design, schematic design (charrette), concept design, final design (option), parametric and construction cost estimating, and construction phase services (option) for the Hospital Replacement. CONSTRUCTION PHASE SERVICES may include preparation of operation and maintenance manuals, shop drawing and construction submittal review and approval, site visits, and technical assistance. Other services will include Structural Interior Design (SID), Comprehensive Interior Design (CID), Building Information Modeling (BIM), total building commissioning design and support, design of tenant improvements and support services, Infection Control Risk Assessment (ICRA), incorporating an understanding of the Joint Commission for Accreditation of Healthcare Organizations (JCAHO) requirements into the design, and startup services. All responders are advised that this requirement may be cancelled or revised at any time during the solicitation, evaluation, selection, and negotiation. Final award date may vary and final completion date may vary. This contract is anticipated to be awarded in February 2009. NOT A SET-ASIDE ACQUISITION. This announcement is open to all businesses regardless of size. The North American Industry Classification System (NAICS) code for this action is 541330. The Small Business size standard for this effort is based on the average annual receipts for the preceding three (3) fiscal years. A business IS SMALL for this effort if its average annual receipts DO NOT EXCEED $4.5 million. Large businesses firms selected for negotiations will be required to submit a detailed subcontracting plan specific to the subcontracted work (compliant with FAR 52.219-9). If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals cannot be met The subcontracting goals for this A-E contract are as follows: a minimum of 70% of the contractor's intended subcontract amount be placed with Small Business (SB) including a minimum of 6.2% for Small Disadvantaged Business (SDB); 7% for Women-Owned Small Business (WOSB); 9.8% for HUBZone Small Business; 0.9% for Service-Disabled Veteran-Owned Small Business; and 3.0% for Veteran-Owned Small Business. Selection of A-E firms is NOT based upon competitive bidding procedures, but rather upon the PROFESSIONAL QUALIFICATIONS necessary for the performance of the required services per FAR 36.602-1. PROJECT INFORMATION: The Hospital Replacement project is for design and construction of large scale medical facilities at Fort Riley, Kansas. The project includes, but is not necessarily limited to: a 263,000 SF in-patient Community Hospital, a 289,000 SF out-patient Clinic, a central energy plant, an ambulance garage, a lighted Helipad, special foundations, total building commissioning, and building information systems,. Supporting facilities include utilities (electric service, water, sewer, gas, HVAC, steam and/or chilled water distribution), paving, parking, parking lot lighting, walks, curbs and gutters, access roads, site improvements (landscaping, storm water management, erosion control), antiterrorism force protection (ATFP) measures, building information systems, and access for individuals with disabilities. The work will include installation and testing of Intrusion Detection System(s) (IDS) and connection to the central monitoring system. The building will be equipped with an Energy Monitoring and Control System (EMCS) with a connection to the Installation EMCS and the Medical EMCS. The project may include construction of a parking garage (Option) and the demolition of the existing 392,000 square foot hospital following construction (Option). Minimum Department of Defense Antiterrorism measures will be required. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct 2005) features will be included. The project will be designed and constructed to qualify for, as a minimum, the Silver rating as defined by the U.S. Green Building Council Leadership in Energy and Environmental Design (LEED) Green Building Rating System for New Construction and Major Renovations, Version 2.2. Designs will be developed using BIM. BIM must be compliant with the latest version of the Industry Foundation Classes (IFC) as established by the International Alliance for Interoperability (IAI). The existing hospital will remain operational during construction. The design will include Evidence Based Design, fire protection and alarm systems coordinated with the Mass Notification system. Coordination with the installation physical security plan for inclusion of all physical security measures and all required antiterrorism protection measures will be required. Sustainable principles will be integrated into the design with a minimum LEED Silver Certification goal and development and construction of the project in accordance with Executive Order 13123. LEED NC-2.2 Energy Cost Calculations, EPAct 2005, and other applicable laws and Executive Orders will be applied to the design. Project will be designed in accordance with: Unified Facilities Criteria (UFC) 4-510-01 (formally Military Handbook 1191), Design: Medical Military Facilities; NFPA 101; NFPA 99; Americans with Disabilities Act/Architectural Barriers Act Accessibility Guidelines (ADA/ABAAG); UFC 4-010-01, DoD Minimum Antiterrorism Standards for Buildings. The design will be prepared using the English system of measurement. Construction cost estimates will be prepared using Corps of Engineers' Computer Aided Cost Estimating System MII (MCACES 2nd Generation). Software will be provided by the Government. BIM software will be utilized during the design phase and will also be developed for use by the General Contractor and subcontractors during construction in order to ensure functionality of all spaces, constructability, operability, and maintainability. Source files used to develop construction documents must be provided. All submittals should have the drawing set submitted in text searchable PDFs and the current electronic source files. Responses to design review comments will be provided using the Corps of Engineers Design Review and Checking System (DrChecks). The A-E will be required to perform detailed medical equipment planning and coordination services for incorporation into the design and design submittals. The A-E will be provided an original Program for Design (PFD) and Project Room Contents (PRC) list (an equipment list) by the Government. Updates agreed to and approved by the Government during the design process will be incorporated into the DoD Space, Equipment, and Planning System (SEPS II) by the A-E. The Medical Equipment Planner should be experienced in the use of the Military Standard 1691 with the ability of successfully applying the UFC 4-510-01. The A-E will produce 100% equipment drawings and specifications. The Kansas City District intends to utilize ECI for the acquisition of the construction portion of this project. The use of ECI requires collaboration between the designers, customers, and the ECI construction contractor during the design phase of the project. Collaboration between the designers and the ECI construction contractor allows for the incorporation of key comments from the Government, user, certifying agencies and construction contractor in finalizing the design product. To optimize collaboration, the A-E shall provide space for two (2) ECI contractor employees and two (2) Government employees within the A-Es office for the duration of the design. The ECI contractor employees will be providing constructability and pricing input to the design team. The Government will provide a design liaison as well as design expertise from the Kansas City District. Available disciplines with facility design experience (no healthcare design experience) include architecture, mechanical engineering, electrical engineering, structural engineering, and interior design. The Government intends for the embedded Government team members to work under the supervision of the A-E firm's lead designer(s). The embedded Government employees will work directly in the offices of the A-E firm to the maximum extent possible. The A-E will submit a proposal detailing how they plan to integrate the Government designers into their design team. See factor G below. The Government will provide resumes in accordance with the positions identified above upon request of the offeror. This requirement will be further defined in the scope of work and a Memorandum of Understanding (MOU) will be developed to address liability issues. Further, this project will require fast-tracking and the A/E will be required to achieve a schematic design by June 2009 and the final design in phased packages by September 2010. 3. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit ten (10) completed paper copies of their SF 330 (Architect-Engineer Qualifications) to U.S. Army Corps of Engineers, Kansas City District, ATTN: CENWK-CT-M / Hicks, 757 Federal Building, 601 East 12th Street, Kansas City, Missouri 64106-2896 not later than 3:00 P.M. Central Time on 7 November 2008. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.412 will be followed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. Facsimile transmissions will not be accepted. SF 330 6/2004 edition must be used, and may be obtained from the Government Printing Office or from the following website: http://contacts.gsa.gov/webforms.nsf/22f268ed0a398629852569a4006ed7cc?OpenView&Start=30 Use no smaller than 12 font type. Include ACASS number in SF 330, PART I, Section B, Block 5. To obtain ACASS number, call the ACASS Center at 503-808-4591. Limit response in Block F of the SF 330 to no more than ten projects. Use no more than one page per project and cite whether the experience is that of the prime (or joint venture), consultant or an individual. Work cited that is experience of the prime (or joint venture) from an office other than that identified in Section C shall be so labeled. In Block G. 26, along with the name of the person, include the firm with which the person is associated. In Block H, indicate the estimated percentage involvement of each firm on the proposed team. Block H is limited to 20 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. This is not a request for proposal. QUESTIONS: Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Phone calls or personal visits to discuss the solicitation are not allowed. To be eligible for contract award, a firm must be registered with the Central Contractor Registration (CCR) database (http://www.ccr.gov). The wages and benefits of service employees (see FAR 22.1002-2 Wage determinations based on prevailing rates) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act of 1965. There is a new Federal Integrated Acquisition Environment (IAE) initiative called Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulations and previously found in solicitations. According to the language in FAR case 2002-024, vendors are required to use ORCA beginning 1 January 2005. Detailed information can be found in FAR Case, as well as by visiting the Help section of the website at http://orca.bpn.gov. The Help section includes ORCA background information, frequently asked questions (FAQ), the ORCA Handbook, and whom to call for assistance. Questions are to be in writing and routed directly to the Contact Specialist at Stephanie Hicks at Stephanie.D.Hicks@usace.army.mil. ** See attached Selection Criteria **
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7d58db7b9a5ef125b83abf6469105083&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District North of Interstate 70, at exit 301 Fort Riley KS<br />
- Zip Code: 66442<br />
- Zip Code: 66442<br />
- Record
- SN01690223-W 20081011/081009214209-7d58db7b9a5ef125b83abf6469105083 (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 |