Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2011 FBO #3490
SOLICITATION NOTICE

C -- Design of I Corps Headquarters, FY13 MILCON Army, PN 70420, Joint Base Lewis McChord, WA

Notice Date
6/13/2011
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-11-R-0048
 
Response Due
7/13/2011
 
Archive Date
9/11/2011
 
Point of Contact
JAMES A RUSSELL, 206.764.6087
 
E-Mail Address
USACE District, Seattle
(james.a.russell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement is an unrestricted acquisition open to all businesses regardless of size. Point of Contact Email your questions to Erik Lundstrom, Seattle District, US Army Corps of Engineers, at erik.a.lundstrom@usace.army.mil, (206) 764-6698. PLEASE NOTE: THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NO SOLICITATION TO DOWNLOAD. ALL INFORMATION REQUIRED TO SUBMIT THE SF330 DOCUMENTS IS CONTAINED HEREIN. QUESTIONS PERTAINING TO THIS ANNOUNCEMENT SHOULD BE ADDRESSED TO ERIK LUNDSTROM AT ERIK.A.LUNDSTROM@ USACE.ARMY.MIL. Description 1. CONTRACT INFORMATION: The Seattle District Corps of Engineers has a requirement for an Architect-Engineer contract for the design of I Corps Headquarters, PN 70420, Joint-Base Lewis-McChord, WA. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. A E services are required for site investigation, planning, engineering studies, concept design, final design, and construction phase services for the subject project. North American Industrial Classification System code is 541310, which has a size standard of $4,500,000 in average annual receipts. This announcement is an unrestricted acquisition open to all businesses regardless of size. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded in Oct 2011 and design completed by Sep 2012. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Seattle District which will be considered in the negotiation of this contract are: (1) at least 50% of a contractor's intended subcontract amount be placed with small businesses (SB); (2) at least 17% of a contractor's intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 18% of a contractor's intended subcontract amount be placed with women-owned SB (WOSB); (4) at least 4% of a contractor's intended subcontract amount be placed with service-disabled veteran-owned SB; (5) at least 8.5% of a contractor's intended subcontract amount be placed with veteran-owned SB; and (6) at least 10% of a contractor's intended subcontract amount to be placed with HUBZone SB. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. 2. PROJECT INFORMATION: Construct a 174,332 SF Corps Command and Control Facility in accordance with US Army Corps of Engineers Command and Control Facilities (C2F) Center of Standardization criteria. Project includes Corps Command and Control functions to house US Army Corps-level administration and command operations. The operations space to include the Joint Operations Center (JOC), the Network Operations Center (NOC), Operations Center (OC), the Sensitive Compartmented Information Facility (SCIF), and the infrastructure support spaces. The administrative space is to include a support staff space, operational staff space, meeting areas, storage areas, assembly space, and secure facility entry/lobby. The infrastructure support space is to provide mechanical, electrical, communications, antiterrorism measures, electronic locking system, back-up systems, and other facility services. Exterior support facilities will include incorporating a historic fa ade consistent with the project's historic district location, site preparation, electric and lighting services, storm water drainage, paving walks, curbs and gutters, information systems, Energy Monitoring and Control System (EMCS), Intrusion Detection System (IDS), alarm detection and reporting system, mass notification, automatic building sprinkler system, landscaping, parking, and antiterrorism measures. Applicable Sustainable Design and Development (SDD), Energy Policy Act of 2005 (EPAct05), and Energy Independence and Security Act of 2007 (EISA07) features will be provided. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Inside and outside plant communications shall be designed in accordance with the most recent version of the Army's I3A communication standards. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Air Conditioning (estimated at 500 tons) will be provided. Additionally, a comprehensive energy design/model and analysis will be developed concurrent with the facility design effort for all facility systems with regard to energy efficiency, consumption, storage, and generation, to include efficient facility envelope design and performance characteristics; as well as primary and back-up power systems in order to maximize facility energy performance and minimize energy impacts on JBLM infrastructure. The design contract scope of work will include AE design support, in conjunction with Corps of Engineers staff, during solicitation and execution of the construction contract associated with solicitation amendments, as well as post-award Requests for Information (RFI); Architect's Supplemental Instructions (ASI); design support for construction contract modifications; submittal review; construction cost estimating support using MCACES for construction contract modifications; post-award construction schedule (Primavera P6) support; periodic and phase-point construction site visits; and regular participation in project construction meetings and communications (remote and in-person). The estimated construction cost of this project is between $25,000,000 and $100,000,000. Cost estimates must be prepared using the current version of the Corps of Engineers Micro-Computer Aided Cost Estimating System (MCACES, MII). Quantity take-offs shall be provided using the current version of On-Screen Take-Off Software. MCACES software training is available through the Corps' Prospect training courses or through Project, Time and Cost (PT&C). The contractor shall be responsible for accomplishing designs and preparing drawings using computer-aided design and drafting (CADD) and delivering the Building Information Model (BIM) three-dimensional drawings in the latest version of Revit or Bentley software, and in electronic, digital format. Drawings shall be compliant with the current A/E/C CADD Standard available from the CADD/GIS Technology Center, Engineer Research and Development Center. The target platform is an Intel-based 1 GHz, 500 MB RAM personal computer, with a Windows 2000 operating system. The Government will only accept the final product for full operation, without conversion or reformatting, in the CADD software format, and on the target platform specified herein. 3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Factors a-e are primary criteria. Factors f-h are secondary criteria; and will only be used as "tie-breakers" among firms that are essentially technically equal. Primary Criteria a. Specialized experience and technical competence in: (1) Multiple security zone command center and operations center design; to include classified, secure communications systems, and classified documents and materials work and meeting environments. (2) Large, (> 100K SF) multi-occupancy, high-end executive office buildings. (3) Highly efficient facility energy design using energy modeling software; to include: application and incorporation of 'smart building' technologies and 'Net Zero' strategies to minimize facility's energy footprint and lifecycle energy consumption. (4) Sustainable design to LEED Gold and Platinum; 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 substances in facilities construction and operation; efficiency in resource and materials utilization; development of healthy, safe and productive work environments; and employing USGBC LEED 3.0 standards, evaluation and certification methods. (5) Design of new facilities within recognized historic districts, including compliance with Section 106 of the National Historic Preservation Act and coordination with the State Historic Preservation Office. (6) Producing 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. b. Qualified professional personnel in the following key disciplines: project management (architect or engineer), architecture, fire protection engineering, mechanical engineering, electrical engineering, communications engineering with Registered Communication Distribution Designer (RCDD) certification, structural engineering, civil engineering, cost engineering, landscape architecture, and interior design. The lead architect or engineer in each discipline must be registered to practice in the appropriate professional field. The evaluation will consider education, certifications, training, registration, overall and relevant experience, longevity with the firm, as well as expertise in using SpecsIntact system and Unified Facilities Guide Specifications (UFGS) to prepare project specifications. c. Past performance on DoD and other contracts with respect to cost control, quality of deliverables, and compliance with performance schedules, as determined from PPIRS and other sources. d. Capacity to submit the (35%) Concept Design by February 2012, and complete the (Corrected, 100%) Final Design by 31 July 2012. The cost estimate submittals shall follow each design submittal by no more than three weeks. The design effort will include Charrette/15%, 35%, 65%, 95%, and 100% (back-checked) design review cycles; each review to include a two-week Government review cycle with review conferences (except the 100% back-check review cycle, one-week review). The evaluation will consider the experience of the firm, and any consultants, in similar size projects, and the availability of an adequate number of experienced personnel in key disciplines. e. Knowledge of design of high-performance building envelopes and facility systems, to include energy systems design, in northwest, temperate climates similar to the south Puget Sound lowland region where Joint-Base Lewis-McChord is located; near Tacoma, Washington. Secondary Criteria f. Extent of participation of SB (including WOSB), SDB, 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 A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. h. Proximity of proposers', and any consultants, work location to Joint-Base Lewis-McChord, WA. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit copies of SF 330 Part I, and copies of SF 330 Part II for the prime firm and all consultants, to the above address. The SF 330 Part I is limited to 50, 8.5" x 11" pages, not including tabs/page dividers or table of contents. Minimum font size is 10. Submit the following: One (1) original and four (4) copies of the SF 330, including a completed Part II for the firm and key sub-consultants. Please note that the separate SF 330, Part I is not required for each sub-consultants. Include the firm's DUNS number in SF 330, Part I, Section H.. In Section H, describe the firm's overall DQMP. A project-specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. In Section H, also indicate the estimated percentage involvement of each firm on the proposed team. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. In accordance with DFARS 252.204-7004, all firms must be registered with the Central Contractor's Registration (CCR) prior to award of any government contract. To obtain information regarding registering in the CCR, call 1-888-227-2423, or log in to the internet web site at http://www/ccr/gov. FIRMS SLATED AS MOST HIGHLY QUALIFIED: To assist the Government in selecting the most highly qualified contractor, those firms slated as highly qualified may be interviewed or asked to submit supplemental responses. Submittals should be mailed or delivered to Erik Lundstrom, USACE Seattle District, CECT-NWS-S (Lundstrom) at 4735 E Marginal Way S, Seattle, Washington 98124-2329. One (1) original and four (4) copies of the submittal package are due not later than 2:00PM Pacific Standard Tim (PST) on Monday, XXXX, 2011. Submittals received after this date and time will not be considered. Accordingly, firms are advised to plan for potential delays in delivery including, but not limited to, weather, traffic, building security, etc. No e-mail or facsimile submittals will be accepted. Elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. THIS PROCUREMENT IS UNRESTRICTED, OPEN TO BOTH LARGE AND SMALL BUSINESSES. Point of Contact Email your questions to Erik Lundstrom, Seattle District, US Army Corps of Engineers, at erik.a.lundstrom@usace.army.mil, (206) 764-6698.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-11-R-0048/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02470773-W 20110615/110613234110-cd5b0554feec16ea8c6fc7f6edfe24f1 (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.