Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2009 FBO #2947
SOLICITATION NOTICE

C -- A-E Services for Total Building Commissioning of Medical and Other Facilities within the USACE, Europe District's AOR.

Notice Date
12/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Corps of Engineers, Europe District, Contracting Division, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB10R0023
 
Response Due
1/19/2010
 
Archive Date
3/20/2010
 
Point of Contact
Elaine Gray-Frasure, 611-9744-2429
 
E-Mail Address
Corps of Engineers, Europe District, Contracting Division
(elaine.gray@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. GENERAL INFORMATION: The U.S. Army Corps of Engineers, Europe District, hereby solicits for two (2) Commissioning Services Indefinite Delivery/Indefinite Quantity (ID/IQ) Contracts to be procured in accordance with the Brooks Act (Public Law 92-582) and Federal Acquisition Regulation Part 36. It is anticipated that these ID/IQ contracts will be negotiated and awarded in the third quarter of Fiscal Year 2010. The initial contract periods will consist of one base year with four (4) option years per contract. The amount of work will not exceed $12,000,000 per contract. Work will be issued by negotiated firm-fixed-price task orders not to exceed the maximum limit per task order. 2.REQUIRED SERVICES: Total Building Commissioning services for third-party commissioning are required for various U.S. military facilities and infrastructure projects within the USACE, Europe District Area of Responsibility which includes (but is not limited to) primarily Germany; and secondarily Belgium, Italy, and Turkey. The primary application of these contracts will be to support the design, construction, and post-acceptance phases of a new U.S. military hospital to be constructed in south-west Germany and its supporting facilities. These contracts may support other medical-related facilities (to include, but not be limited to medical clinics, dental clinics, veterinary clinics, and laboratories) as well as a broad range of other types of U.S. military facilities (to include, but not be limited to barracks, administration, training, retail, education, maintenance, recreation, lodging, housing, and other supporting facilities). Projects for which commissioning services would be required may include new facility construction, additions to existing facilities, and/or renovation, alteration, maintenance, repair, or upgrades to existing facilities. Facility systems to be supported by these contracts may include (but are not limited to): building water and sewer systems, air handling systems, chilled water systems, power plants, boiler plants, clean rooms, heating water and steam systems, renewable energy systems, condenser water systems, conveying systems, vacuum systems, medical gas systems, natural gas systems, high voltage electrical systems, low voltage distribution systems, building communications (voice, data, nurse, call, patient monitoring, infant protection, mass notification), emergency power systems, fire alarm systems, fire sprinkler systems, security and access control systems, lighting control systems, lightning protection systems, emergency lighting systems, interfaces between life safety systems, building automation and energy management control systems (including hardware and software, sequence of operations, and integration of factory controls with EMCS), building envelope air and moisture control, kitchen and laundry equipment, elevators, medical equipment sanitation equipment, refrigeration systems, fuel oil systems, and automated delivery systems. Commissioning services may include (but may not be limited to): commissioning scoping, commissioning plans, design development reviews, quality assurance reviews, review of equipment submittals, commissioning specifications development, pre-functional checklists development, functional performance test protocol development, design review meetings, commissioning reports, LEED documentation, constructability reviews, testing protocols and form development, pre-functional checkout, testing, adjusting, and balancing (TAB) verification, functional performance testing, witnessing tests, short-term diagnostic testing, deficiency report and resolution record generation, operation and maintenance reporting and manual development and training, record document generation, unforeseen deferred testing, seasonal testing, end-of-warranty reviews, and meeting attendance and participation as necessary throughout all phases of commissioning. 3. Selection Criteria: The selection criteria listed below are in descending order of importance: A. SPECIALIZED EXPERIENCE & TECHNICAL COMPETENCE: Firms must address and demonstrate the specialized experience and technical competence of the Commissioning Firm or proposed team (i.e., the prime contractor, joint venture partners, consultants, subcontractors and/or free-lance associates as applicable) regarding the types of work and settings described in Section 2 (above). The demonstrated experience and competence shall have been performed for the overall purpose of medical facilities commissioning over the last 5 years. For firms who team, credit will only be given to submittals with letters of commitment from team members. Project descriptions should show explicit experience pertinent to this announcement. B. PROFESSIONAL QUALIFICATIONS: The Commissioning Firm, or proposed team, shall collectively possess certifications from the Associated Air Balance Council (AABC), the Building Commissioning Association (BCA), the National Environmental Balancing Bureau (NEBB), the Testing Adjusting and Balancing Bureau (TABB), or other national or international controlling bodies or associations or equivalents. The commissioning Firm, or proposed team, shall be familiar with European construction practices, materials, standards, and design requirements. Identify the qualifications of all key personnel in the following disciplines: Project Manager, Architect, Civil Engineering, Electrical Engineering, Mechanical Engineering, and Communications Engineering. One or more of the professionals as key personnel in these disciplines shall have some experience in the services described in, REQUIRED SERVICES, section 2 of this announcement. The qualifications evaluation will consider the breadth of education, training, certification, overall and relevant experience and longevity with the proposed Commissioning firm team for all proposed key personnel. C. PAST PERFORMANCE: Relevant past performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules, as determined from ACASS, CPARS and other sources. D. CAPACITY. Demonstrate the ability (in terms of labor capacity and a concept of operations) to perform approximately $3,000,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines, equipment availability, and management concept. Firms must also address and demonstrate the capacity to execute multiple Task Orders simultaneously while dealing with existing work backlog. E. KNOWLEDGE OF LOCALITY: Provide information showing the teams knowledge of host nation legal and technical regulations and requirements applied to U.S. military projects within Europe Districts area of operations as defined in SECTION 2, Required Services. Demonstrate the ability to correspond and communicate in the Host Nation language. More credit will be given to such knowledge required in Germany. 4. SUBMISSION REQUIREMENTS: Firms that have the capability to perform this work are invited to submit two copies of Standard Form 330 for their prime firm, and if applicable for all joint venture partners, and if applicable for the proposed team including consultants, subcontractors, and free-lance associates, etc. to the address below not later than 1600 Central European Time on the closing date of this announcement. The SF 330 part I shall not exceed 75 pages (8.5 x 11 or A4), including no more than 20 pages for Section H. Each side of a sheet of paper is a page. Use font type no smaller than 12. Firms responding to this announcement after the closing date and time will not be considered. Required forms may be obtained on the Internet at: http://www.gsa.gov/Portal/fsa/ep/formslibrary.do?formType=SF Forms must be complete and current. Each firm identified as part of this contract including free-lance associates must complete a separate Part II of the SF 330. Firms may be rejected for incomplete or missing SF 330s. Part II must show only the office or offices that are intended to have a key role in the contract. Blocks E and G of Part I must include only individuals proposed to perform the anticipated work, including all subcontractors or consultants, in the appropriate columns, and should not include persons that will not actually do the work. Block E must clearly show if individuals are full-time, consultants or free-lance. Do not include promotional brochures, advertisements, or other extraneous material in a submission. This is not a request for proposal. Include the firms point-of-contact, email address, and telephone number in the submittal. Joint Ventures must submit the following additional documentation of evidence of a Joint Venture entity: a) A copy and a translation in English, of a legally binding Joint Venture agreement, and b) Identification of the party who can legally bind the Joint Venture. If the firm is teaming, and credit for any of the selection criteria is sought because of the qualifications of team members, then letters of commitment from team members are required and must be submitted. 5. SPECIAL NOTE: Firms sending submittals from outside Germany via air courier or postal service should state the content value to be no cost or zero. If a monetary value is indicated on the package, the package may be delayed due to customs clearance. The Europe District is not responsible for any delays that result in late receipt of submittals. Be aware that heightened security measures may delay access to the Europe District in the Amelia Earhart Center; therefore early delivery of submittals is advisable. Firms responding to this announcement are requested to inform one of the points-of-contact below so that receipt of submittals by the closing date and time can be confirmed. A. For US/Military postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Raquel Blankenhorn, Contract Specialist) Announcement W912GB-10-R-0023 CMR 410, Box 7 APO AE 09049 B. For German postal service: Commander U.S. Army corps of Engineers, Europe District ATTN: CENAU-CT (Box 7/Raquel Blankenhorn) A-E Announcement W912GB-10-R-0023 Konrad-Adenauer-Ring 39 65187 Wiesbaden, Germany C.POINTS OF CONTACT for additional information: Ms. Raquel Blankenhorn, Contract Specialist Email: Raquel.O.Blankenhorn@usace.army.mil Phone: +49-611-9744-2372 (outside Germany); (0)611-816-2372 (within Germany) Secondary Point of Contact: Ms. Elaine Gray-Frasure, Contracting Officer Email: Elaine.S.Gray@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB10R0023/listing.html)
 
Place of Performance
Address: Corps of Engineers, Europe District, Contracting Division CMR 410 BOX 7, APO AE
Zip Code: 09049
 
Record
SN02026961-W 20091219/091217235445-7d182a24fedbcc9fdaf5f54f9108233b (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.