Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2009 FBO #2726
SOURCES SOUGHT

C -- USMA Science Center, West Point, NY -- Indefinite Delivery Contract for Architect Engineering for Design and Non-Design services associated with the design and construction for Buildings 757 and 753

Notice Date
5/12/2009
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278
 
Solicitation Number
W912DS-09-S-0034
 
Response Due
5/27/2009
 
Archive Date
7/26/2009
 
Point of Contact
Ivan V. Damaso, 917-790-8708
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS FROM SB, SDB, 8(a), SERVICE DISABLED VETERAN OWNED SERVICE BUSINESS (SDVOSB), AND HUBZONE FIRMS. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. HOWEVER RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUIS ITION STRATEGY FOR A FUTURE ACQUISITION AND PLANNING PURPOSES. The length of the contract is a maximum of 5 years (60 months) and will not include option periods. The total capacity of the contract will not exceed $ 10,000,000. The purpose of this announcement is to gain knowledge of interest, capabilities, and qualifications of potential contractors from the SB, SDB, 8(a), SDVOSB, and Hubzone firms. The NAICS Code is 541330 (size standard $4.5 million average annual receipts for preceding three fiscal years). Responses to this sources sought announcement will be used to determine appropriate acquisition decisions for a future procurement. The Science Center projects at the USMA consists of modernization of approximately 240,000sf of existing library and science/laboratory spaces into modern chemistry, biology and physics academic programs and provides a location for the Photonics Research Center at the United States Military Academy at West Point, NY. The project involves major whole building renovations of Building 757 (FY09) and Building 753 (FY11). These buildings will house all science functions including the USMA archives. The project involves major renovation and the upgrade of all systems including seismic and force protection mitigation. Support facilities include mechanical and electrical upgrades, telecommunications, heating, ventilation and air conditioning (HVAC) upgrade, laser safety, fire detection and suppression system upgrades. Access for the handicapped will be provided. The historic architectural facade and exterior features will be maintained. The A/E will also perform a seismic analysis of the structure per the latest Army criteria and provide for seismic upgrades to the facility. The facility will require Anti-Terrorism and Force Protection security measures. Comprehensive Interior Design and furniture related interior design will be provided, as well as interior furniture and fixtures. All interior and exterior signage will adhere to the U.S. Military Academy. Building 757 is currently at 100% design and will be under construction, while 753 is expected to be held at the 35% design level. The design intent and narratives for the projects were developed by another architect/engineer firm. All of the project information will be utilized by the Architect/Engineer selected under this solicitation as a guide in development of the construction documents. The AE services will include all Title II (Construction Services) and Final Design services for the FY11 project. The selected firm will be required to review and validate the approved 35% design submission for the FY11 (Building 753) including the planning and programming documents and maybe required to modify the concept or alternative solutions in coordination with the United States Military Academy, Army Corps of Engineers and other Federal/State agencies. The selected firm will assume responsibility for the concept 35% design after validation. Additionally, the selected firm will be responsible for title II construction services for both the FY09 and FY11 project. Interested SB, SDB, 8(a), SDVOSB, and Hubzone firms must submit a qualification statement (not more than 50 pages) and shall include the following information: Certification as follows: - For SB, SDB, 8(a) and Hubzone firms provide SBA certification. - For SDVOSB firms provide self-certification. Indicate proposed team members to include: Name of prime firm and sub-consultants, addresses, role in this contract and POC information (name, phone number, e-mail address) of each firm. Provide an organizational chart of proposed design team. Qualified personnel in the following key disciplines will be required: 1. Principal 2. Project Manager 3. Architectural 4. Mechanical Engineering 5. Electrical Engineering 6. Telecommunications Engineering 7. Fire Protection Engineering (see requirements below) 8. Structural Engineering (see requirements below) 9. Civil Engineering 10. Topographic Surveying 11. Certified Industrial Hygienist 12. Quality Assurance Manager 13. Geotechnical Engineering 14. Cost Estimating 15. Space Planners 16. Certified Interior Designer 17. Lab Programmer/Designer/Planner The evaluations will consider education, training, registration, voluntary certificates, overall and relevant experience and longevity with the firm. Senior project personnel are required to be licensed/registered. Additional disciplines may be submitted as required by the AE for this type/size project and will be evaluated as the above. Fire Protection Engineering: The Services and Qualifications of Fire Protection Engineers are shown in Section 1.6 of UFC 3-60001, and are reiterated here: A qualified fire protection engineer shall be an integral part of the design as it relates to fire protection. This includes, but is not limited to, building code analysis, life safety code analysis, design of automatic detection and suppression systems, water supply analysis, and a multi-discipline review of the entire project. For the purposes of meeting this requirement a qualified fire protection engineer is defined as an individual meeting one of the following conditions: i.) A registered professional engineer (P.E.) having a Bachelor of Science or Master of Science Degree in Fire Protection Engineering, from an accredited university engineering program, plus a minimum of 5 years work experience in fire protection engineering. ii.) A registered professional engineer (P.E.) who has passed the National Council of Examiners for Engineering and Surveys (NCEE) fire protection engineering written examination. iii.) A registered professional engineer (P.R) in a related engineering discipline with a minimum of 5 years experience, dedicated to fire protection engineering that can be verified with documentation. Demonstrate the capability to perform at least 50% of the contract work listed below in accordance with EP 715-1-7, Chapter 3-8 (2) c which can be found at http://www.usace.army.mil/publications/eng-pamphlets/ep715-1-7/toc.htm In particular, in order to be awarded an 8(a) contract the concern must agree that: In the case of a contract for services (except construction), the concern will perform at least 50 percent of the cost of the contract incurred for personnel with its own employees. A HUBZone small business concern agrees that in the performance of the contract, in the case of a contract for services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other HUBZone small business concerns. In order to be awarded a SDVOSB contract the concern must agree that: In the case of a contract for services (except construction), the SDVOSB concern spends at least 50 percent of the cost of the contract incurred for personnel on the concerns employees or on the employees of other SDVOSB concerns. Capability to perform work indicated in this contract as demonstrated by comparable experience within past 5 years. All firms must document their experience in similar and/or comparable projects. At a minimum the firms shall be experienced in full design and non-design services on large complex renovation projects (greater than $50M), preferably for laboratory type spaces (biology, chemistry and physics). Additional experience that may be considered as relevant is non-design/design for new buildings and facilities, including but not limited to the following: Research and development facilities and large academic building renovations at historic sites/structures. The A/E services may include but are not limited to the following: full design, planning, development, CADD, professional engineering services, pre-design site assessment, feasibility and concept studies, geotechnical investigations and reports, environmental investigations, studies and reports, abatement and sampling; construction documentation, cost estimating using MII (M-CACES), value engineering, life cycle costing, post design-shop drawing review, construction phase services and construction administration. Additional services include but are not limited to: laboratory design, seismic and AT/FP structural design, topographic and boundary surveys to include mapping and analysis (including data collection and verification), historical and cultural resources investigations, design review, seismic analysis, environmental analysis, site surveys and evaluations, remediation design, and Environmental Protection Agency (EPA) compliance for hazardous materials such as petroleum products, asbestos, lead and radon. The following criteria will be utilized for the project selection. Interested firms are encouraged to address the below criteria in their responses. a. Specialized experience and technical competence: 1. Demonstrated experience in planning and design of college/university level science laboratories, commercial, industrial and/or research and development science laboratories. 2. Demonstrated experience in working on a college/university level academic project. 3. Demonstrated experience of major renovation projects. 4. Design of projects in confined spaces/areas and experience in maintaining building operations while construction is on going. The project is located in the National Historic Landmark Cadet Zone; therefore, the AJE should have experience in masking or screening construction sites in context with existing construction. 5. Demonstrated experience in working on military installation projects. 6. Demonstrated experience in seismic analysis of existing structures, according to TI -809-5, Seismic Evaluation and Rehabilitation for Buildings and experience in seismic mitigation design for existing structures. 7. Demonstrated experience in sustainable design using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substance in facilities construction and operation; efficiency in resource and material utilization; development of healthy, safe and productive work environments; and employing the SpiRiT and LEED evaluation and certification methods. 8. Demonstrated ability to use Dr. Checks review system. 9. Demonstrated the ability to produce Cost estimates using MII. 10. The cost estimator and/or the subcontractor should demonstrate familiarity with the changing dynamics of the current construction market in the Tri-state New York Area with particular emphasis on the Mid-Hudson Valley Area of New York. 11. Demonstrated ability to produce drawings (CADD) in the latest versions of AutoCAD. 12. Demonstrated ability to produce quality designs based on evaluation of a firm's design quality management plan (DQMP). The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm and any significant subcontractors on similar projects. Submit original plus three (3) copies of the qualification statement (no more than 50 pages each) to: U.S. Army Corps of Engineers New York District Attn.: Stephen DiBari, PE 26 Federal Plaza, Room 2037 New York, NY 10278 Technical POCs are Mr. Jeff Friese, 845-938-2116 and Franco DiCroce at 917-790-8294. The Contract Specialist is Ivan V. Damaso, ivan.v.damaso@usace.army.mil. Qualifications statements will not be accepted after 4:00 pm on the original response date shown in the advertisement in the FedBizOps, 27 MAY 2009. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day. Facsimile transmissions of the qualifications statements will not be accepted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to gain entry into the building. If we do not receive an adequate number of qualified respondents (i.e., two or more responsible firms), the solicitation shall be issued on an unrestricted basis and all firms regardless of size shall be eligible and encouraged to compete for this project. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-09-S-0034/listing.html)
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN01814695-F 20090514/090512233024 (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.