Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2011 FBO #3666
SOLICITATION NOTICE

C -- Architect Engineer Contract for the MILCON Design of the Operations Center for DLA

Notice Date
12/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-12-R-0007
 
Archive Date
1/25/2012
 
Point of Contact
Jennifer Heuer, Phone: 7572017118
 
E-Mail Address
jennifer.r.heuer@usace.army.mil
(jennifer.r.heuer@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A Firm Fixed Price Architect Engineer (A-E) Contract for professional engineering and design services, procured in accordance with PL 9 2-582 (Brooks A-E Act) and FAR Part 36, as required for various projects assigned to the Norfolk District, US Army Corps of Engineers or other Districts in support of Defense Logistics Agency (DLA) Aviation near Richmond, Virginia. Work will be assigned by issuing firm fixed price contract with options. THIS IS AN UNRESTRICTED PROCUREMENT. The North American Industrial Classification Code (NAICS) for this procurement is 541310, which will have a capacity of $20,000,000.00. To be eligible for a contract award, a firm must be registered in the DoD (DFARS 236.602-1(a) (6) (A)) Central Contractor Registration (CCR). Register via the CCR internet site at http://www.ccr.gov/. SUBCONTRACTING PLAN REQUIREMENTS: IF the AE selected is an Other than Small Business concern, the A-E shall be required to submit a subcontracting plan with the final proposal as required by FAR 52.219, Small Business Subcontracting Plan. The U.S. Army Corps of Engineers consider the following goals reasonable and achievable: Small Business: 57.2% of planned subcontracting dollars: Small Disadvantaged Business: 10% of planned subcontracting dollars: Women Owned Small Business: 10% of planned subcontracting dollars: Service-disabled veterans: 3% of planned subcontracting dollars and Hubzone: 3% of planned subcontracting dollars. PROJECT SPECIFIC INFORMATION This firm fixed price contract will provide the design and specifications of an administrative operation center, utility plant, fitness center, cafeteria, and auditorium in three phases. This project will be a five story building constructed in three phases and totaling approximately 698,428 square feet. The administrative operations center will eventually accommodate 3,000 people. This center will include a state of the art intrusion detection system (IDS), information processing center, emergency operations center, (EOC), a telecommunications room, and a sensitive compartmented information facility (SCIF). The design of these phases will commence in FY 2012. The three phases will continue pending availability of funding. The first phase (FY12-13 design) will provide Defense Logistics Agency Aviation near Richmond, Virginia with adequate administrative and operation space, a heating and air conditioning facility in a separate building, and demolish selected facilities to provide space for Phase II. The first phase will occupy approximately 268,538 square feet. This figure includes the heating and air conditioning facility that will occupy approximately 10,000 square feet and will eventually serve the entire building. The second phase (FY 15-16 design) will be approximately 166,807 square feet and will include a fitness center of approximately 44,347 square feet. The third phase (FY 17-18 design) will be approximately 263,183 square feet and will include an auditorium. The grounds will accommodate ample parking. This project will be certified to meet LEED Gold Standard and will be ADA compliant. This project will comply with the Defense Logistics Army Sustainability and Energy Policy. Architect-Engineering Services that may be required under this contract include drawings, technical specifications, cost estimates, design analysis, engineering calculations, requests for proposals (RFPs) for this design-bid-build project, interior design, interior space planning, conceptual design development, architectural presentations, geotechnical studies, land survey, design charrettes, engineering studies to include life safety code, sustainable design, LEED documentation and certification, energy modeling, anti-terrorism/force protection (AFTP) requirements, building information modeling (BIM), demolish plans, and construction phase services to include shop drawing review, as-built drawing preparation, and engineering consultation services. Services shall comply with the current Norfolk District Design Guide. Firms are required to prepare drawings in AutoCAD REVIT format, technical specifications in the SPECSINTACT program, cost estimates utilizing MII software in work breakdown structure (WBS), narrative documentation utilizing Microsoft Office Word. Firms will also be required to provide documents in portable document format (*.pdf). The contract requires that the selected firm have on-line access to E-mail via internet for routine exchange of correspondence. All services shall be performed in accordance with applicable codes and criteria required for Government work. Facilities shall be fully accessible to meet the requirements of American with Disabilities Act Accessibility Guidelines (ADAAG) and all applicable laws, codes and regulations pertinent to accessibility. All work shall be performed in accordance with Federal Acquisition Regulation (FAR) (https://www.acquisition.gov/FAR/). Designs will be prepared using imperial units of measure. ProjNet (DrChecks) (https://www.projnet.org) will be used for comment resolution of all design review submittals. SELECTION CRITERIA: The specific selection criteria (a) through (e) are primary and equal in importance. Factors (f) through (h) are of lesser importance and may be used as tie-breakers among technically equal firms. Specific evaluation factors include: (a) Specialized Experience - Firms will be evaluated in terms of: (1) past experience with regard to design of similar facility types as outlined in this synopsis with particular emphasis on large administrative and/or operations centers, SCIF's, auditoriums, and fitness centers; (2) past experience in the preparation of request for proposals (RFPs) for design-bid-build projects; (3) experience providing construction phase services (shop drawing review, as-built drawing preparation, construction inspection services); (4) experience incorporating sustainable principles and practices through an integrated design approach in accordance with the U.S. Green Building Council, Leadership in Energy and Environmental Design (LEED) Green Building Rating System; (5) experience with enhanced commissioning at the LEED Gold level, (6) performance on similar, large contracts of this type, (7) analysis and implementation of Department of Defense anti-terrorism/force protection (AT/FP) design criteria and construction standards; (8) use of automated systems such as M-CACES, CADD, REVIT; SPECSINTACT, and DrChecks. (b) Professional Qualifications - The teams must have registered and licensed professional engineers and architects in the following disciplines: project manager, architect, civil engineer, electrical engineer, structural engineer, mechanical engineer, fire protection engineer, geotechnical engineer, land surveyor, industrial hygienist, communications engineer, interior designer, cost estimator, and landscape architect. The fire protection engineer shall be a registered professional engineer, have a minimum of five years experience dedicated to fire protection engineering, and one of the following: (a) a degree in Fire Protection Engineering from an accredited university, (b) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination, or (c) be registered in an engineering discipline related to fire protection. The cost engineer may have significant experience in cost estimating in lieu of certification. The firms must have registered and licensed professionals in-house in the following key disciplines: project manager, architect, civil engineer, structural engineer, LEED certified designers, interior designers, and landscape architects. Submit two resumes for each of the following disciplines noting which are LEED certified designers: project manager, architect, civil engineer, electrical engineer, structural engineer, mechanical engineer, fire protection engineer, geotechnical engineer, land surveyor, industrial hygienist, communications engineer, interior designer, cost estimator, and landscape architect. Firms will be evaluated in terms of: (1) resumes submitted for each key discipline proposed team member and the relevance of individual past experience with the scope of work outlined in this synopsis. (2) professional active registrations and certification for proposed team members identified above; (3) individual team member experience (with present and other firms) with an emphasis on project experience relevant to the facility types outlined in this synopsis and project involvement in those projects submitted under factor (a). (c) Capacity: Ability to perform work to schedules - Firms will be evaluated on their ability to complete multiple taskings simultaneously. Firms shall: (1) show current and projected workload within the firm; (2) address a plan for how they propose to accomplish these additional taskings during the specified fiscal years in addition to current and projected workload conditions; (3) provide an organizational chart showing the inter-relationship of the various team components including subcontractors. (d) Past Performance - Firms will be evaluated in terms of work quality, compliance to schedules, and cost controls (with emphasis on projects submitted under factor (a) as determined from PPIRS and other sources. Submit letters of commendation, awards, previous project evaluations, etc. to show past performance. (e) Quality Control Program - Firms will be evaluated on the acceptability of their internal design quality control program (DQCP) used to ensure technical accuracy and discipline coordination of plans and specifications. Discuss the firm's program/processes for quality control and list the key personnel responsible. The discussion should briefly address management approach, team organization, quality control procedures, cost control, value engineering, coordination of in-house disciplines and subcontractors, and prior experience of the prime firm and any significant consultants on similar projects. Prior experience developing similarly sized design-bid-build solicitations should be evident through review the DQMP. (f) Volume of Work - Firms will be evaluated in terms of work previously awarded to the firm by DoD within the past 12 months. The objective is to provide an equitable distribution of DoD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DoD contracts. List any DoD contracts awarded to the firm within the past 12 months. (g) Location of the firm in the general geographic area of Richmond, Virginia is desired, provided that the application of this criterion leaves an appropriate number of qualified firms given the nature and size of this project. (h) Extent of participation of SB, SDB, historically black colleges and universities, and priority institution in the proposed contract team, measured as a percentage of the estimated effort. Boards will only consider the following information: SF 330, as submitted or from ACASS; SF 330, with any required supplemental information; documented performance evaluations, such as from ACASS' DoD contract award data. A board will not assume qualifications which are not clearly stated in a firm's submission or available from ACASS. A board will review the entire submission of each firm and not excerpts or summaries. A firm will not be contacted to clarify or supplement its submission. Boards shall not consider any cost factors. 3. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of SF 330 Part I, and two copies of SF 330 Part II for the prime firm and all consultants, and one searchable electronic portable document format (*.pdf) of the entire submittal on a compact disc (CD) to the address below at the time and date below. The SF 330 Part I shall not exceed 70 pages (8.5" x 11"), including no more than 30 pages for Section H plus no more than 15 pages for letters of commendation, awards, and previous project evaluations. Each side of a sheet of paper is a page. Use no smaller than 10 font type. Include the firm's DUNS number in SF 330, Part I, Section H. In Section H also indicate the estimated percentage involvement of each firm on the proposed team. Facsimile transmissions will not be accepted. Submit SF 330 Parts I and II to: US Army Corps of Engineers, Norfolk District ATTN: Jennifer Heuer (CECT-NAO) 803 Front Street Norfolk, VA 23510-1096 not later than 2:00PM EST on Tuesday January 10, 2012. Facsimile or email transmissions will not be accepted. THIS IS NOT A REQUEST FOR PROPOSAL. Note 24: This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. Firms registering for consideration for future Federal A-E projects are encouraged to electronically submit SF 330 Part II, General Qualifications, to ORCA, https://orca.bpn.gov/login.aspx, and to update at least annually. Firms with a SF 330 Part II on file in this central Federal database do not need to submit a Part II for this acquisition unless directed by the announcement. Following an evaluation of the qualifications and performance data submitted, the firm or firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. THIS IS NOT A REQUEST FOR PROPOSAL. SOLICITATION PACKAGES WILL NOT BE PROVIDED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-12-R-0007/listing.html)
 
Record
SN02634264-W 20111208/111206234413-9aa8981e315af50301d41812c27816f1 (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.