SOLICITATION NOTICE
C -- INDEFINITE DELIVERY CONTRACT (IDC) FOR ARCHITECT AND ENGINEERING (A-E) SERVICES IN SUPPORT OF THE HEALTHCARE FACILITIES MODERNIZATION PROGRAM FOR THE US AIR FORCE MEDICAL SERVICES, NATIONWIDE
- Notice Date
- 12/21/2010
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
- ZIP Code
- 72201
- Solicitation Number
- W9127S-11-R-6004
- Response Due
- 1/31/2011
- Archive Date
- 4/1/2011
- Point of Contact
- vonda.s.reeves, 501-324-5720
- E-Mail Address
-
USACE District, Little Rock
(vonda.s.reeves@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- CONTRACT INFORMATION: This is a competitive procurement set aside for Small Businesses. The selected small business A-E firm will need to demonstrate capability to perform, as the prime firm, at least 30% of the work described below in accordance with EP 715-1-7, Chapter 3-8 c, which can be found at http://140.194.76.129/publications/eng-pamphlets/ep715-1-7/toc.htm, the U.S. Army Corps of Engineers publications website. The North American Industry Classification System (NAICS) Code for this procurement is 541330 with a small business size standard of $4,500,000 average annual receipts over the last 3 fiscal years. This contract is being procured in accordance with PL 92-582 (Brooks A-E Act) as implemented in FAR Subpart 36.6. The purpose of this acquisition is to provide Multiple Award Task Order Contracts (MATOC) for Architect-Engineer (A-E) construction services. The Indefinite Delivery Contracts (IDC) are required for execution of the Healthcare Facilities Modernization Program for the U.S. Air Force Medical Services (AFMS) and other customers of the U.S. Army Corps of Engineers, Southwestern Division (CESWD) that may have healthcare facility needs throughout CONUS. The scope of these services includes the development of Facility Development Plans providing planning, design support and contract development services to include the development of Requests for Proposals in support of the AFMS Design-build Program. Capital Investment Decision Models will provide Program for Design, parametric cost estimates and medical facility infrastructure analysis support. The scope will also provide for medical facility construction related A-E services that include the preparation of design tools and reviews, design criteria documents, studies, professional and technical field service support and commissioning services relating to designs submitted by A-E design firms. Up to three (3) Indefinite Delivery Indefinite Quantity contracts (IDIQ) will be awarded from this announcement. Work will be issued by negotiated firm-fixed-price task orders. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The following represents MATOC pool specifications: TYPE:Small Business Set-aside UP TO #: Three Task Order Minimum:$3K Task Order Maximum: $10M 2 YR BASE: $20M Three 1-YR OPTIONS:$55M TOTAL CAPACITY: $75M The contracts will be awarded as a Small Business Set-aside with a maximum MATOC pool capacity of $75 million. This capacity represents known requirements, future economic impacts to these known requirements and an additional 30% capacity to support unknown requirements. The 5-year contract period consist of one 2-year base award and three 1-year optional award periods. The base award capacity amount is estimated at $20 million. The option period capacity is estimated at $55 million. Option periods may be exercised at the discretion of the Contracting Officer when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Rates will be negotiated for the base period and for each of the one year option periods at time of base contract award. No one firm will receive more than one award as a result of this solicitation. This announcement is restricted to Small Business firms only. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The awarded contracts shall have a minimum one time guarantee of $5,000.00 (five thousand dollars). There will be no subsequent minimum guarantee. The individual minimum task order amount is set at $3,000.00 (three thousand dollars) and the individual maximum task order amount is set at $3,000,000.00 (three million dollars). Task orders above this amount may be issued provided they are within the overall ceiling of the contract. The individual task order limits refer to the minimum and maximum amount that the contractor is obligated to perform if issued a task order under the contract. However, performance of these task orders is not obligatory under the terms of the contract. Small business will not be offered task orders above $4.5 million. Work under each of the awarded contracts will be subject to satisfactory negotiation of individual task orders. Task orders will be negotiated as firm-fixed price procurements for the A-E services. The A-E shall furnish all services, materials, supplies and supervision required to fully complete each task order. The Government will determine the task order amount by using rates negotiated and negotiate the effort required to perform the particular task order. Task orders will be allocated based upon the Contracting Officer's determination of the qualifications of the firms. The Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: professional qualifications, previous performance, the nature of the work involved in the task order, and capacity to accomplish the task order in the required time. In the final selection process the most highly qualified firms may be interviewed. If necessary, proximity of the design team to the project region may also be used as a determining factor between firms considered as technically equal. Distribution of the work will be a secondary consideration. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act as determined by the employees' office location (not the location of the work). Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. PROJECT INFORMATION: All work must be done by or under the direct supervision of licensed professional Architects or Engineers. Services shall be accomplished in the A-E contractor's office with the exception of various construction site services, field investigations and field surveys as are required at the project site. The selected firm must have capabilities for programming, planning and design of healthcare projects in the following areas (examples of type of support within each area are representative and not all inclusive): (1) Master Planning: Healthcare Planning; Space Evaluation and Programming; Military Construction (MILCON) Project planning for expansions and repairs to existing medical facilities and related support facilities, and new medical facilities and related support facilities; and Medical Equipment Planning. (2) Design: A-E services will be required for engineering, schematic (Charrette) design (10%), concept design (35%), working drawings (65%), final design (100%), Design of expansions and repairs, demolitions and alterations to existing medical facilities and related support facilities, and design of new medical facilities and related support facilities to include architectural, interior design, and space planning; infrastructure systems, and medical equipment plans. (3) Assessment/Studies: Identification of code deficiencies; Development of Statement of Conditions and Plans for Improvement for compliance with the Joint Commission (TJC) requirements; Facility Condition Assessments; Environmental assessments; Economic Analysis of potential projects; Seismic evaluations; Maintenance and Operational Programming; etc. (4) Project Support Services: Construction Phase Services (submittal review, transition planning, commissioning, etc.); Project Development (preparation of scopes of work, site analysis, assistance with development of draft information for approval documents, etc); on site Quality Assurance inspections; preparation of reports, record drawings, and other facility documentation; Commissioning plans, performance checklists, systems performance verification testing documentation, specialized quality assurance testing including but not limited to Heating, Ventilation, and Air-Conditioning, plumbing systems, electrical systems, building envelope, acoustic control, integrated automation, communications/data systems, and fire protection systems commissioning; Construction Contractor Schedule Review; Estimating Services; Fire Protection/Life Safety review; LEED Oversight and Commissioning; Quality Assurance Services; Construction safety oversight; Operation and Maintenance (O&M) manuals review and development; perform constructability reviews; professional and technical field service support relating to designs submitted by A-E firms; construction inspection and engineering consultation services during construction. Shop drawing and construction submittal review and approval, contract modifications, engineering advice during construction; Construction scheduling services; Inspection, evaluation, reports on completed projects, as-built drawing preparation. The work will be located in the Continental United States. (5) Other services that may be required under this contract include development of full design-bid-build packages and Request for Proposal (RFP) packages for design-build projects; DD Form 1391 documentation, plans, specifications, Capital Investment Decision Models; Cost estimating, cost control and scheduling; Value Engineering studies/evaluations and related studies, Engineering and environmental studies, reports and related services, NEPA documentation; Energy computations, Leadership in Energy and Environmental Design (LEED) studies/certification, Historical society coordination/documentation; surveying, soil borings, energy computation, life safety code studies, other associated engineering services, hazardous materials identification, survey for hazardous, toxic, or regulated materials, incidental asbestos and lead paint survey work may be required relating to the design services; planning, studies, site investigations. Additional design considerations may include, but are not limited to, medical gas systems, fire protection, landscaping, force protection, communication and data design, architectural evaluations, architectural hardware, electronic and communications systems, environmental and EPA regulatory considerations for storm water and site drainage pollution prevention plans; Section 404 Permits and construction site requirements. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion) will be used in the evaluation of A-E firms. Criteria 'a' through 'e' are primary. Criteria 'f' and 'g' are secondary and will only be used as tie-breakers among technically equal firms. The A-E firm must demonstrate its and each key consultant's qualifications with respect to the published evaluation factors for all services. a. Professional Qualifications: The design team must possess experienced and registered or certified personnel. The A-E work may consist of the following disciplines and skills, but are not limited to: (1) Project Manager, (2) Program Manager, (3) Project Scheduler (Primavera proficiency required), (4) Quality Control Manager, (5) Architect (must demonstrate at least ten years experience in the planning and/or design of healthcare facilities), (6) Health Care Planner (must demonstrate at least 3 years experience in the use of the following systems: Medical Expense and Performance Reporting System (MEPRS), Center for Health Care Strategies (CHCS), Managed Care Forecasting and Analysis System (MCFAS), and M2 Information Systems, (7) Interior Designer, (8) Certified Value Engineer, (9) Anti Terrorist/Force Protection Engineer, (10) Civil Engineer, (11) Structural Engineer, (12) Electrical Engineer, (13) Mechanical Engineer (must demonstrate experience in medical gas systems), (14) Environmental Engineer, (15) Registered Environmental Design Personnel (asbestos, lead based paint, soil, etc.), (16) Environmental Survey Personnel (asbestos, lead based paint, soil, etc.), (17) Cost Engineers that have completed formal training on M-CACES MII or later software; experience with military breakdown formats for estimates; and familiar with preparation of detailed cost estimating procedures and construction schedules, (18) Industrial Hygienist, (19) Technical writer, (20) Geotechnical Engineer, (21) Fire Protection Engineer, (22) Construction Engineer, (23) Construction Quality Assurance Representative, (24) Construction Technician, (25) Geologist, (26) Life Safety Specialist, (27) Engineering Technician, (28) CADD Specialist, (29) BIM Specialist, (30) Administrative Assistant, (31) Registered professional land surveyor, (32) Survey Crew, (33) Medical equipment Planner, (34) Electrical Engineer with expertise in but not limited to, low voltage systems, telecommunications, data systems, and electrical control systems, (35) Commissioning Agent. Resumes shall not exceed one page. Availability of an adequate number of personnel in key discipline shall be presented to insure that the selected A-E firm can meet the potential of working on multiple tasks. The evaluation will consider education, training, registration, overall and relevant experience and longevity with the firm. In the resumes use the same disciplines nomenclature as is used in this announcement. Provide the following for each person: professional registration (if applicable), role expected to play in this contract, roles they played in the projects addressed in Evaluation Factor a.1 (if applicable), and experience in medical planning and design (with present and other firms if applicable). Differentiate between planning and design experience. Provide an organization chart in accordance with SF 330, Section D, identifying each member of the project team. Indicate the working office location of each team member. b. Specialized Experience and Technical Competence: Provide representative examples of completed projects that show the firms experience in the following areas completed in the last five years from the date of this announcement. (1) Master Planning for Health Care Facilities; (2)Experience in the preparation of Design-Build RFPs; (3)Experience in the planning of medical facilities. Provide examples of planning studies that involved preparation of the following planning documents - Health Care Requirements Analysis (HCRA), Facility Utilization Studies (FUS), Deficiency Tabulations (DEFTAB), Economic Analysis (EA), and Project Books (as defined in UFC 4-510-01); (4) Firm's experience in providing construction phase services on medical facilities (shop drawing review, as-built drawing preparation, commissioning, preparation for JCAHO accreditation, construction inspection services, interior design, and OMSI); (5) Design for the repair/restoration of medical facilities; (6) Planning/programming of potential healthcare repair/construction projects; (7) Experience in the design of medical facilities per the requirements in UFC 4-510-01. Provide examples of designs that involved new construction, and renovation of hospitals and/or clinics; (8) Surveying medical facilities for NFPA 101 and related TJC deficiencies, and preparation of deficiency reports and equivalency studies; (9) Economic analysis for Health Care planning; (10) Functional review of layout of Medical Facilities; (11) Seismic evaluation and rehabilitation of buildings in accordance with FEMA 273 Guidelines for the Seismic Rehabilitation of Buildings and TI 809-05 Seismic Evaluation and Rehabilitation of Buildings; (12) Construction phase services; (13) Medical equipment planning; (14) Preparing cost estimates utilizing MCACES estimating software; (15) Planning and design of veterinary and medical research laboratory facilities; (16) Computer Resources: Firms must indicate in Section H of the SF 330 the following items: (a) accessibility to and/or familiarity with the Construction Criteria Base (CCB) system. This shall include as a minimum, the SPECSINTACT specification system, the MCACES estimating system, and the Dr CHECKS review management system; (b) demonstrated CADD capability with capacity to produce output files in.DXF or.DWG,.DGN and.CAL file format. CADD drawings will be required on CDs in AutoCAD Release version 2010 or more current version or Bentley MicroStation V8i or more current version, and compliance with A/E/C standards will be required; (c) use of Building Information Modeling may be required; (d) for projects utilizing the design-build process, the A-E may be required to access and utilize the online standard design Request for Proposal Model RFP Wizard; (e) other software requirements include providing MicroSoft (MS) XP operating system compatible MS Excel spreadsheets, Adobe Acrobat documents (.PDF), MS Access, MS Word documents and.CAL files in support of the electronic advertising process. (17) Department of Defense Antiterrorism Standards for Buildings Unified Facilities Criteria (UFC), UFC 4-010-01; Firms must demonstrate the capability to design projects incorporating the latest DoD Force Protection/Anti-Terrorism criteria, UFC codes, and LEED certification criteria. c. Past Performance: Evaluation procedures will consider the past performance of the project team on related work performed for the DoD, other Government agencies, Private Industry and other similar contracts with respect to quality of work, cost control, compliance with performance schedules, and cooperation and responsiveness. The Government may consider information provided by the firm, customer inquiries, Government databases, and other publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. In addition, include any records of significant claims against the firm because of improper or incomplete architectural and engineering services. Firms will also be evaluated based on established Architect-Engineer Contract Administration Support System (ACASS) ratings and other credible documentation included on the SF 330. Firms may include brief references to letters of commendation or awards for work performed as part of the descriptive project narrative in Section F of Part 1. d. Capacity to Accomplish the Work in the Required Time: Firms will be evaluated on their capacity to accomplish the work. The evaluation will consider the availability of an adequate number of personnel in key disciplines of the team for effective functioning as a Project Delivery Team (PDT). Firms must demonstrate the ability of the design team to perform at least two $250,000.00 multidisciplinary contract task orders concurrently in a 150-day period. The evaluation will consider the experience of the firm and any consultants with similar size projects and the availability of an adequate number of personnel in key disciplines and the capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands. Demonstrate the ability to respond quickly and coordinate multiple tasks from the AFMS. In addition, include record of proposed personnel working together as a team. e. Knowledge of the Locality: Knowledge of the locality of the AFMS locations as it relates to engineering design. Information provided must demonstrate expertise in geological features, climatic conditions, natural resources, architectural context, local construction methods, local and state building codes and permit requirements. Include description for this criterion in Section H of the SF 330. f. Small Business and Small Business Entities Participation: Extent of participation of small businesses, small disadvantaged businesses, women owned small businesses, HUBzone small businesses, service disabled veteran owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Volume of DoD contract awards in the last 12 months: Provide a list of DoD contracts awarded to include dollar value. List only basic contract awards; work performed as a subcontractor is not considered. Individual listing of task orders is not required. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit two (2) completed and bound paper copies and one (1) CD or DVD (preferred) electronic copy in Adobe Acrobat PDF format of their SF 330 (Architect-Engineer Qualifications) to U.S. Army Corps of Engineers, Little Rock District, 700 W. Capitol Ave, Room 7315 ATTN: Vonda S. Reeves Rogers, Little Rock, AR 72203. SF 330, 6/2004 edition, must be used, and may be obtained from the Government Printing Office or from the following web site: http://contacts.gsa.gov/webforms.nsf/22f268ed0a398629852569a4006ed7cc?OpenView&Start=30. Include DUNS number in SF330 PART I, Section B, Block 5. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. A maximum of ten (10) projects including the prime and consultants will be reviewed in PART I, Section F. Use no more than two pages per project. When listing projects in PART I, Section F, an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. A task order executed under an IDC contract is a project. In Block G-26, along with the name, include the firm with which the person is associated. PART I OF THE SF330 SHALL NOT EXCEED 100 PAGES. Provide a Table of Contents and use Tab sheets to separate the sections within the SF 330. The Table of Contents and the tab sheets will not count against the maximum page count for PART I. When supplying information for forms fonts should be at least 10 points. Pages shall be 8-1/2 inches by 11 inches. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF330 at the proper location, and counted as one page. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. Submittals must be received no later than 2:00 P.M. Central Time on 31 January 2011. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 2:00 P.M. Central Time on the closing date specified in this announcement. Solicitation packages are not provided. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. To verify your proposal has been delivered or for questions concerning this proposal, you may e-mail to CESWL-AFMS@usace.army.mil. To be eligible for contract award, a firm must be registered with the Central Contractor Registration database. For instructions on registering with the CCR, please see the CCR Web site at http://www.ccr.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-11-R-6004/listing.html)
- Place of Performance
- Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
- Zip Code: 72201
- Zip Code: 72201
- Record
- SN02348074-W 20101223/101221234044-04a41baaea275e4b372f8c5b65f151a3 (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 |