Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2009 FBO #2623
SOURCES SOUGHT

Y -- Child Development Center - Design/Build

Notice Date
1/29/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Honolulu, Attn: CEPOH-CT, Building 230, Fort Shafter, Hawaii, 96858-5540
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-09-R-0099
 
Response Due
2/9/2009
 
Archive Date
2/24/2009
 
Point of Contact
Richard H Phillips,, Phone: 808-438-8577, Jody Muraoka,, Phone: 808-438-8575
 
E-Mail Address
rich.h.phillips@usace.army.mil, jody.k.muraoka@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
W9128A-09-R-0099 Potential sources are sought to determine if adequate competition will be received from Small Business Concerns for a Child Development Center at Schofield Barracks, Oahu, Hawaii. This project will be a design-build project utilizing the new MILCON Transformation methodology. The project objective is to design and construct facilities for the military that are consistent with the design and construction practices used for civilian sector projects that perform similar functions to the military projects. Proposals must offer innovative, creative, life cycle cost effective design solutions that will expedite construction and shorten the schedule. This is a 2-Phase Design-Build Best Value solicitation process. Phase 1 process requires potential Offerors to submit their performance and capability information for review and consideration by the Government. Following the review, evaluation, and rating of the Phase 1 proposals, the Government will select a maximum of three highest-rated Offerors to submit a technical and cost proposal for consideration by the Government. The technical information contained in the Phase 2 proposal will be reviewed, evaluated, and rated by the Government. The final evaluation rating used for comparison, selection, and award will reflect both the rating received in Phase 1 and the evaluation rating received in Phase 2. All evaluation factors, other than price, when combined, are considered significantly more important than the price. The preparation of a proposal for Phase 2 may cost each participating contractor up to $150,000.00 or more. The Government will not reimburse any Offeror for costs incurred in submitting a proposal for this project. There will be no stipends. This project is to design and construct a 126-child capacity Standard Design Child Development Center (CDC) for children ages 6 weeks to 5-years. The CDC shall be based upon the Army's approved standard design which includes standardized care modules for infants, pre-toddlers, toddlers, and preschool age children. Other major program areas include a commercial type kitchen (with grease trap) for food preparation, laundry room, waiting and reception area, isolation room, administrative space, staff lounge, storage, and both child and adult toilet facilities. Computer LAN lines and an intercom system will be included in all care module rooms, kitchen and offices. Other spaces include a buggy/car seat storage room, communication, electrical, and mechanical rooms. Air conditioning and humidity control will be included throughout the building. The facility shall be handicap accessible and be equipped with video surveillance in all child care areas. Outdoor play areas shall also be provided. The NAICS code for this procurement is 236220. The estimated cost of the project is between $10 Million and $15 Million. Evaluation Factors may include: PHASE 1 PROPOSAL - Factor 1. Specialized Experience (most important factor), Factor 2. Past Performance (slightly less important than Factor 1), and Factor 3. Organization and Technical Approach (slightly less important than factor 2). Submission of Organization and Technical Approach consists of providing information that describes the offeror's organization and intended technical approach to executing the design-build contract per the detailed requirements herein regarding organization, technical approach for design and construction, collaborative approach for design-build, planning an scheduling, self-performed work, and quality control. PHASE 2 PROPOSAL - Factor 1- Design Technical (Most important factor), Subfactor 1. Building Functional and Aesthetics (most important subfactor), Subfactor 2. Quality of Building Systems and Materials (equally important with subfactor 1), Subfactor 3. Site Design (3th most important subfactor), Subfactor 4. Sustainability Requirements (4 th most important subfactor), Factor 2 - Phase 1 Proposal Rollup Evaluation (2 nd most important factor), Factor 3 - Remaining Performance Capability (3 rd most important factor), Subfactor 1. Proposed Contract Duration and Summary Schedule (most important subfactor), Subfactor 2. Key Subcontractors (2 nd most important subfactor), Subfactor 3. Utilization of Small Business Concerns (3 rd most important subfactor), Factor 4, Price (4 th most important factor). The PHASE 2 PROPOSAL SUBMISSION REQUIREMENTS ARE: 1. BUILDING FUNCTIIONAL AND AESTHETICS - Submission Requirements: 5.2.1.1. Presentation Drawings: (a) Presentation Exterior Elevation(s) of the primary elevation(s) of each facility clearly noting proposed materials and colors. (b) At least one (1) Exterior Perspective Rendering (may be CADD rendering) for each facility type included in the contract with enough detail to aid in the evaluation of the exterior building aesthetics, as described in paragraph 5.2.2.2 (a), below. Rendering should be at least 11" x 17" in order to show a detailed perspective view of the building (c) Typical building or wall sections with appropriate details for each building type to depict proposed story height. (d) Schematic floor plans for each floor of each facility. (e) A color board including primary interior and exterior finish materials. 5.2.1.2. Technical Approach Narratives Provide technical approach narratives, both qualitative and quantitative, defining the elements of the proposal. Preface the narratives with a design concepts narrative, providing the design rationale and basis of the proposal. (a) Minimum Space and Facility Size. Describe the spaces provided for each facility, in accordance with Section 01 10 00, Statement of Work. As a minimum, include a tabulation of the net square footage for rooms, zones, or other areas, the total gross square footage for each floor of each facility, and the total gross square footage for each facility to clearly demonstrate compliance with the project requirements. See the sample spreadsheets at the end of this section attachments 8 and 9. (b) Architectural Theme and Materials. This narrative shall be no longer than three (3) typewritten pages. Describe the architectural themes of the various facilities and spaces which demonstrate how the proposal achieves the results desired by the Statement of Work. Narrative should address how the selection of materials and colors enhances the exterior and interior aesthetics of the facilities and improves the living and/or working conditions for the soldier populations who will utilize the facilities. This narrative is not intended to be a material listing, but to explain/reflect how the selections were made and how they address the requirements. 2. QUALITY OF BUILDING SYSTEMS AND MATERIALS - Submission Requirements: 5.3.2.1. Presentation Drawings (a) There are no specific drawings requirements for this Subfactor. However, the Offeror has the option of providing concept level drawing information for specific materials and/or systems which the Offeror feels are necessary to describe the proposed systems or materials. 5.3.2.2. Technical Approach Narratives: Provide technical approach narratives, both qualitative and quantitative, defining the elements of the proposal. It is acceptable to include all the sub-items shown below into a single combined narrative for the entire facility. It is the responsibility of the proposer to ensure that all aspects identified in the evaluation criteria below are addressed. Whether individual narratives or a single combined narrative is provided, the maximum total length for narratives shall be ten (10) typewritten pages. (a) Architectural Finishes: Describe how the materials selected provide for a suitable environment for the expected population of the facility. Discuss how these selections provide value to the Government and how they address the minimum requirements of the solicitation. Narrative should focus on durability and maintenance of the finishes proposed. (b) Furniture Systems: Not Used (c) Mechanical Systems: Describe how the mechanical systems selected provide for a highly efficient environmental control system including information about provisions for indoor air quality maintenance. Discuss how these selections provide value to the Government and how they address the minimum requirements of the solicitation. Narrative should focus on maintenance considerations, limiting energy consumption, and suitability of the proposed systems for the expected usage. (d) Plumbing Systems: Describe how the plumbing systems selected provide for a highly efficient domestic hot water system and an efficient piping system. Discuss how these selections provide value to the Government and how they address the minimum requirements of the solicitation. Narrative should focus on maintenance considerations, energy consumption, and suitability of the proposed systems for the expected usage. (e) Electrical Systems: Describe how the electrical power and lighting systems, telephone, data, and cable television systems selected provide for a highly efficient electrical system. Discuss how these selections provide value to the Government and how they address the minimum requirements of the solicitation. Narrative should focus on maintenance considerations, energy consumption, and suitability of the proposed systems for the expected usage. (f) ATFP Considerations: Describe how the proposed materials, systems, and designs address the mandatory building ATFP requirements included in the Statement of Work. (g) Site Utilities and Site Systems: Describe how the site utility systems selected provide for an efficient piping system. Discuss how these selections provide value to the Government and how they address the minimum requirements of the solicitation. Narrative should focus on maintenance considerations and suitability of the proposed systems for the expected usage. Include information regarding coordination with privatized utility providers where applicable. (h) Interoperability: Describe how systems integrated into the new facilities which require connection and interface with existing Installation wide systems will be accommodated in the proposed project. Narrative should address the following systems as minimum: Fire Alarm, Telephone, Cable Television, UMCS, and privatized utility companies where applicable. (i) Solar Hot Water Heating: Include provisions to provide at least 30% of the domestic hot water requirements through solar heating methodologies, unless the results of a Life Cycle Cost Analysis (LCCA), developed utilizing the Building Life Cycle Cost Program (BLCC) or the Life Cycle Cost in Design (LCCID) Program, demonstrates to the Government's satisfaction that the solar hot water system is not life cycle cost effective in comparison with other hot water heating systems. Discuss and outline Offeror's strategy for this solar system including components, placement of collectors, and controls Include all applicable input data, assumptions, first cost, replacement cost, and maintenance and repair cost that were utilized in the calculations. If using the LCCA to justify non-selection of solar hot water heating, make all life cycle cost comparisons to a baseline system to provide domestic hot water without solar components. Analyze at least two different solar hot water methodologies to compare against the baseline system. Use a study period of 25 years and use the Utility cost information in Appendix K. 5.3.2.3. Proposed Material Identifications: In order to evaluate and rate the quality of the materials being proposed, including any material or equipment warranties exceeding the one year warranty in the contract clause "Warranty of Construction", the Offeror shall include in the proposal material identification for major materials in each of the areas shown below. Provide this information tabular form supported, if necessary to clearly identify level of proposed quality, by catalog information (may provide on CD-ROM). Table should include manufacturer's name, model number, length of warranty, size/capacity (where available), efficiency (where applicable), and any other notes or information selected by the Offeror. The Government will evaluate and consider materials and equipment proposed by brand name and model number as a quality standard. Unless substitution of a manufacturer, brand name or model is otherwise specifically prohibited in the contract, if the successful Offeror desires to substitute manufacturers, brand names or models after award, the substituted product must meet the contract requirements and be approved by the designer of record and the Government as equal in function, performance, quality and salient features to that initially proposed. Acceptance of the proposal is not a guaranty that the proposed products meet the contractual requirements. (a) Architectural Finishes - Interior Walls; Floors; Ceilings; Exterior Walls; Any Special Features; Hardware systems (not individual hardware sets); Door systems/types (not individual doors); Window systems/types (not individual windows); and Roofing Systems (b) Furniture Systems: Not Used (c) Mechanical Systems - Central Heating/Cooling Equipment; Pumps; Air Handling Equipment; HVAC System Control Equipment; and Energy Conservation Features (d) Plumbing Systems - Fixtures and Domestic Hot Water Generator (e) Electrical Systems - Lighting Fixtures; Main Switchgear and Panels; and Data, Telephone, Cable TV, Intercom, CCTV, or Other Special Systems as Identified in the SOW 5.3.2.4. Provide a list of quality improvements that are above the minimum stated with the performance specifications. Develop the following table, or similar, to identify quality betterments. Improved Quality Concise description of improved quality Feature is included within the Contract Cost Limitation - YES/NO Arch. Finishes N/A N/A Etc. 3. SITE DESIGN - Submission Requirements: 5.4.1.1. Presentation Drawings: (a) Conceptual Site Plans showing improvements for grading, drainage, power, utilities, buildings, paving, walks, site lighting, and landscaping. Indicate all building setbacks and separations, which must meet antiterrorism design requirements. (b) Schematic site/land-use plan showing facility placement and orientation, vehicular circulation, pedestrian circulation, and other site improvements. This plan should demonstrate soldier/occupant considerations in the site design and the advantages included in the proposal with respect to pedestrian and vehicle circulation within the site and integration into the surrounding community. 5.4.1.2. Technical Approach Narrative: Provide technical approach narrative, both qualitative and quantitative, defining the elements of the proposal. Preface the narratives with a design concepts narrative, providing the design rationale and basis of the proposal. It is acceptable to include all the sub-items shown below into a single combined narrative for the entire project. It is the responsibility of the proposer to ensure that all aspects identified in the evaluation criteria below are addressed. Whether individual narratives or a single combined narrative is provided, the maximum total length for narratives shall be five (5) typewritten pages. (a) Grading - Cut/Fill Considerations; Positive Drainage (b) Landscaping - Plant Material Selection; Other Feature Selection (c) Pedestrian Circulation - Development of Circulation Patterns; Way Finding Between Facilities; and Separation from Vehicular Circulation (d) Vehicle Circulation - Development of Circulation Patterns; Parking Locations and Quantities; and Interface with Existing Street/Roadway Systems (e) Anti-Terrorism/Force Protection - Compliance with the Statement of Work Requirements 4. SUSTAINABILITY REQUIREMENTS - Submission Requirements: The Offeror shall acknowledge that it understands the contract requirements for sustainable design and construction and that the final project will achieve a LEED Silver rating. The Offeror shall submit LEED-NC v 2.2 Project Checklist for each non-exempt facility demonstrating how it will achieve the Silver LEED rating. One checklist may be provided for multiple identical facilities. If the Offeror proposes a higher LEED rating than silver, the proposal shall describe whether or not it involves additional costs and clearly indicate if such costs would detract from higher rated factors herein, such as functionality, quality of materials and systems, site work, etc. 5. PROPOSED CONTRACT DURATION AND SUMMARY SCHEDULE - Submission Requirements: 7.1.1.1. Proposed Contract Duration: The Offeror shall propose the contract duration in the appropriate Contract Line Item Number in the CLIN Schedule, not to exceed the maximum contract duration specified in the CLIN. 7.1.1.2. Summary Schedule: Submit a summary level schedule for integrated design and construction. Schedules or diagrams may be provided separately in a size that is easily read, but shall be bound and clearly labeled as Tab A. This summary schedule will, after contract award, be replaced with a project schedule as required by Section 01 32 01.00 10: Project Schedule. The summary schedule shall be task oriented, indicating the number of calendar days, after notice to proceed, by which milestones are to be achieved. Offeror may use a critical path or other method of his choice; however, schedules shall be graphically represented. The proposed project schedule shall reflect the proposed contract duration Give attention to the following features: (a) Provide a narrative, describing the design packaging plan for separate design packages, based on the Offeror's plan for fast tracking. Describe all design and construction to be "fast-tracked" (See section 01 33 16: Design After Award). If long lead item equipment must be ordered prior to completion of a design phase, describe the requirement in the narrative and show the required ordering date in the schedule. (b) Show the design phase, including events associated with coordinating the interim and final design submittals for each package and the proper handling of the review comments for each design package (See section 01 33 16). (c) Show the overall construction phase for each facility, for the site work, and for utilities. Show fast track starts for design packages but it isn't necessary to show the detailed breakdown construction (e.g., by trades) of each facility, site work and utilities. (d) Show turnover of each facility. Identify any proposed phased turnovers. The time to complete the facility and turnover to the Government must consider the requirement for the Contractor's CQC completion inspection and the subsequent joint Contractor-Government turnover inspection. (e) Show as-built submissions (See section 01 78 02.00 10: Project Closeout). (f) Constraints: Offeror must demonstrate the capability and flexibility to plan and schedule the complete project to meet the proposed contract completion period. Clearly identify any constraints on the schedules presented (e.g., labor or material availability, permits, weather, etc.). Indicate the anticipated overall critical path on the schedule. 6. KEY SUBCONTRACTORS - Submission Requirements: Identify the Key Subcontractors chosen for mechanical and electrical installation, describing the extent of their involvement in the project. If the project includes multiple facility types or multiple facilities, also identify any subcontractor(s) that will act as a general contractor on one or more of the facilities or facility types and describe the extent of their involvement in the project. Submit no more than five (5) Specialized Experience forms (attachment 10) for each Key Subcontractor, using the same requirements as described in the Phase 1 Specialized Experience submission requirements, including past performance ratings. The ratings may be from either the owner or the prime contractor, if the firms were subcontractors on the cited projects. The Offeror shall document unequivocal teaming arrangements with its key subcontractors. Use the Letter of Commitment (attachment 11) at the end of this section. 7. UTILIZATION OF SMALL BUSINESS CONCERNS - Submission Requirements: 7.3.1.1. All Offerors shall identify the extent to which Small Businesses (SBs), Veteran-Owned Small Businesses (VOSBs), Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), HUBZone Small Businesses, Small Disadvantaged Businesses (SDBs) Woman-Owned Small Businesses (WOSBs), Historically Black Colleges/Universities or Minority Institutions (HBCU/MIs) would be utilized in the performance of this proposed contract. For small businesses, as defined by the North American Industry Classification System (NAICS) Code applicable to this solicitation, the Offeror's shall identify their own participation as a SB, VOSB, SDVOSB, HUBZONE SB, SDB, WOSB, or HBCU/MI, and it will be considered in evaluating the Utilization of Small Business factor. See Section 00 21 00 Instructions to Offerors for the applicable goals for participation in this contract. 7.3.1.2. Provide the names of SB, VOSB, SDVOSB, HUBZONE SB, SDB, WOSB, or HBCU/MIs who would participate in the proposed contract, identifying specific components to be produced or services to be performed by them, and the estimated total dollars of such work. Solicitation to be issued on/about March 2009. Firms interested in this project should submit a letter of interest to U.S. Army District, Honolulu. Please send your response by facsimile to (808) 438-8588/8570, Attn: CECT-POH-C, Rich Phillips, no later than February 8, 2009. Please indicate (a) your size status (e.g. Small Business, Large Business, etc.), (b) your bonding capacity per project, and (c) whether you have design-build experience in the above stated estimated construction range. For questions, please contract Mr. Rich Phillips at (808) 438-8577 or Ms. Jody Muraoka at (808) 438-8575. This in not a Request for Proposal or announcement of a solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7788a40af48b6822362e35ec63aafeed&tab=core&_cview=1)
 
Place of Performance
Address: Schofield Barracks, Island of Oahu, Hawaii, Schofield Barracks, Hawaii, 96858, United States
Zip Code: 96858
 
Record
SN01740024-W 20090131/090129214947-7788a40af48b6822362e35ec63aafeed (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.