SOLICITATION NOTICE
C -- Basic Contract (FFP M-1909) for General Architect-Engineering (A-E) services for Full Design Services and Construction Services for new cadet barracks at the USMA, West Point, NY.
- Notice Date
- 10/24/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-12-AE-0002
- Response Due
- 11/23/2011
- Archive Date
- 1/22/2012
- Point of Contact
- Matthew Lubiak, 917-790-8089
- E-Mail Address
-
USACE District, New York
(matthew.lubiak@usace.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.CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR subpart 36.6 Architect Engineer using full & open competitive procedures. The highest ranked firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The total length of the contract is approximately 60 months. A majority of the work, final design services, will be accomplished over the first 12 month period after award. Construction services will be conducted over the final 48 months. The total amount of the contract will not exceed $9,900,000. A basic firm fixed price contract will be negotiated under this announcement. Cost elements such as labor rates, overhead rates, and profit will be negotiated. The AE will take responsibility of the concept (35%) design, prepared under a previous contract, and complete 100% design (construction bid documents) by March 2013 (including Government review time) If a large business is selected for the contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the part of the work it intends to subcontract. The contracted A-E firm will be required to use the following subcontracting goals (percentage of work) in their subcontracting plan. The FY 11 target goals are SB 70% (including ANC and Indian Tribes), SDB 6.2% (including ANC and Indian Tribes), WOSB 7%, HubZone 9.8%, Veteran-owned small business 3%, and service disabled veteran-owned small business 0.9%. For Small Business References, please contact Gregory Cuyjet, Deputy Small Business at 917-790-8004 or gregory.g.cuyjet@usace.army.mil The contract is anticipated to be awarded in Mar 2012 and final design completed by Mar 2013. The wages and benefits of service employees (see Far 22.10) performing under the contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not of the location of the work). To be eligible for a contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. The Federal Acquisition Regulation (FAR) requires that Past Performance Information (PPI) be collected on DoD contracts. ACASS is a web-enabled application that supports the completion, distribution, and retrieval of Architect-Engineer (A-E) contract performance evaluations (DD Form 2631). Contractor Representatives are responsible for reviewing and commenting on evaluations submitted by Government Assessment Reporting System (CPARS) website at http://cpars.navy.mil/acassmain.htm. The A-E firm selected for the contract will be responsible to utilize the Army Contractor Manpower Reporting (CMR) system and will be required to report certain information to the Army CMR system. For additional information see https://contractormanpower.army.pentagon.mil. 2.PROJECT INFORMATION: Project Description: Development of construction documents and provides construction support services in support of construction of a New Cadet Barracks at the USMA, West Point. The project includes approximately 288,000gsf of new construction to house 650 cadets and provide space for a future chiller plant. The primary facility includes two- person cadet rooms, battalion support spaces, latrines/showers, laundry, storage, day rooms, and other support offices/spaces. The facility will house the mechanical infrastructure to support a future chiller plant. This project supporting facilities include, but is not limited to, AT/FP measures, seismic and structural enhancements, fire protection, MEP, civil/site design, EMCS, telecommunications, historic architecture and other standard design services. The facility will include sustainability measures in order to meet the LEED 3.0 NC criteria, other energy enhancements in support of the USMA NET Zero strategies, and Engineering and Construction Bulletin No. 2011-1. The estimated construction cost is between $160,000,000 and $170,000,000. The A-E services may include but are not limited to the following: Site & Infrastructure/Seismic Design in accordance with the UFC's. Development of design criteria and basis of design. Design work analysis Technical specifications NEPA documentation and coordination. Historic Architecture and Section 106 consultation. Preparation of Permit applications. Preparation Final Design construction documents. Antiterrorism/Force Protection Design in accordance with applicable UFC's Sustainable Design/LEED/NET Zero Strategy Development Comprehensive Interior Design Building Information Modeling (BIM) Cost estimating using the latest version MII [M2] software Preparation of CADD and GIS drawings. Deliverables in Building Information Modeling (BIM) format will be required. Drawings shall be prepared in accordance with the Architectural/Engineering/Construction (A/E/C) Computer-aided standard version (CADD). Construction phase services, including but not limited to: oDesign during construction oPreparation of operation and maintenance manuals oProviding technical assistance - responding to requests for information (RFIs) oShop Drawing Review - review of shop drawings and submittals oConduct site visits oCommissioning/enhanced commissioning oFit-up design support. oProject Start-up - coordinate with contractors to start up and conduct performance tests of the constructed project. 3.SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through f are primary selection criteria. Criteria g through i are secondary selection criteria and will only be used as tiebreakers among technically equal firms. Primary Selection criteria: a. Specialized experience and technical competence in: Demonstrate experience in design of DoD/Military barracks or dormitories, college and university dormitories, or public and private apartment housing projects similar in size and complexity; using the services listed in paragraph 2. Projects completed before Mar 2005 will not be considered. Demonstrate experience with taking a design at schematic (30%) design level and completing construction documents (100%). Demonstrate experience in sustainable design, LEED 3.0 NC and NET Zero implementation on projects similar in size and complexity Demonstrate experience with N.Y. State Historical Preservation Office (SHPO). Projects completed before Mar 2006 will not be considered. Produce quality designs based on the 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 prime firm and significant subcontractors on similar projects. b. Professional Qualifications: Consideration will only be given to firms that assemble a team of in-house and/or subcontractor/consultants with a professional staff consisting of the following disciplines: NOTE: Resumes must be provided for each discipline. 1.Project Manager (license/registration required) 2.Quality Assurance Manager (based on the firm's QA/QC Plan) 3.Architecture (registration required) 4.Historic Architect 5.Structural Engineering (license required) 6.Civil Engineering (license required) 7.Mechanical Engineering (license required) 8.Electrical Engineering (license required) 9.Telecommunication Engineer 10.Fire Protection Engineer (license required) 11.Cost Engineering 12.Geotechnical Engineering 13.Certified Industrial Hygienist 14.Licensed Interior Designer 15.Anti-Terrorism/Force Protection Specialist (physical & electronic security) 16.Accredited LEED specialist (Can be covered by one of the disciplines listed above) The evaluation will consider education, certification, registration, training, overall and relevant experience using information from Section E of the SF 330. The SF 330 includes a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of the SF 330. Senior project personnel for each key discipline are required to be licensed/ registered. Requirements for Fire Protection Engineers are shown in the United Facilities Criteria UFC 3-600-01, http://62.204.17.188/report/doc_ufc.html. Use the latest publication of UFC 3-600-01 as of the posted date off this announcement. Provide an organization chart of the entire team. c. Past Performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules, as determined from references, other sources and ACASS. Letters of recommendation from customers addressing your firm's cost control, quality of work and schedule compliance capabilities may be included in Section H of the SF 330. Letters should be for projects of a similar nature and shall be no older than three years to be considered. d. Capacity: The A-E's are required to demonstrate how they will complete the design work by Mar 2013, given the employee capacity of the team. The evaluation will consider the availability of an adequate number of personnel in all key disciplines. e.Knowledge of the locality in the general geographical area within the West Point, NY area and/or New York District boundary. The evaluators will look at the specific experience of the listed key discipline lead designers (one per discipline) as stated in Section E of the SF 330. f. Extent of participation of Small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business in the proposed contract team, measured as a percentage of the total estimated contract. The FY 12 goals are as follows: Small Business (including ANCs and Indian Tribes) 70%, Small Disadvantaged Business (including ANCs and Indian Tribes) 6.2%, Women-Owned Small Business 7.0%, HubZone Small Business 9.8%, Veteran-Owned Small Business 3.0%, Service Disabled Veteran Owned Small Business 0.9% Secondary Selection criteria: g. SB and SDB Participation: Extent of participation of small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. h.Geographic Proximity in relation to the USMA, West Point, NY. i.Volume of DoD 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. 4.SUBMISSION REQUIREMENTS: Cover letters shall be limited to no more than 3 pages. Interested prime firms having the capabilities to perform these services must submit three (3) copies of a comprehensive SF 330 (06/2004 edition), which includes all sub-consultants information. The SF 330 can be found on the following GSA web site: http://www.gsa.gov/Portal/gsa/ep/home.do?tabId=0 The SF 330 form can be downloaded into a.pdf file type. Each key office on the team should indicate a DUNS # in Block 4 of Part II of the SF330. For ACASS information, call (503) 808-4590. The total number of pages for the entire SF 330 is limited to 120 pages. Section E is limited to 40 pages. Each page shall be numbered. Section dividers don't count towards overall page limit. Submittals that exceed these page limits and other instructions may not be evaluated by the Board. Supplemental information on the SF 330 is posted on the New York District USACE website: http://www.nan.usace.army.mil Click "Business Opportunities" then "Advertised Solicitations" Firms must be registered in the Central Contractor Registration (CCR) in order to be eligible to receive an award from any Government solicitation. For information visit the CCR website at http://www.bpn.gov/CCRINQ/scripts/search.asp. Submit three (3) completed SF330's to: Attn: Stephen DiBari, P.E. CENAN EN M, Room No. 2037 US Army Corps of Engineers, NY District, 26 Federal Plaza New York, NY, 10278 Submittals will not be accepted after 4:00 pm on the original response date shown in the advertisement in the FedBizOpps. The response date will move to the next business day, if the original response date falls on a Saturday, Sunday, or a Federal Holiday. The Government intends on conducting interviews as part of the final selection process. Facsimile transmissions of the SF330 will not be accepted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to gain entry into the building.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-12-AE-0002/listing.html)
- Place of Performance
- Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
- Zip Code: 10278-0090
- Zip Code: 10278-0090
- Record
- SN02611676-W 20111026/111024233900-4727f4ec3c1499c0f0c14036a6043fa0 (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 |