Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

C -- Architect-Engineer design services in support of the Medical Repair and Renewal Program

Notice Date
9/4/2012
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY11R0032
 
Response Due
10/5/2012
 
Archive Date
12/4/2012
 
Point of Contact
John C. Kirkwood, 256-895-1793
 
E-Mail Address
USACE HNC, Huntsville
(john.c.kirkwood@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0 CONTRACT INFORMATION 1.1 General. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR 36.6. This acquisition will be used to procure highly specialized services required to provide continued Architect-Engineer (A-E) design services in support of the Medical Repair and Renewal (MRR) Program. The MRR program provides quick response to repair/renewal situations relating to the architectural, mechanical, electrical, civil, structural, instrumentation, communications, security, safety, systems, and cost, as well as environmental and hazardous materials abatement areas of Government medical facilities. Sometimes the Government accomplishes the MRR projects through other design/build contracts; however, some projects will require that an AE prepare a design package (work plan) that will then be executed by a construction contractor under another solicitation. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The U.S. Army Corps of Engineers' Huntsville Center is one of the Army's leaders in studies as well as execution, and partners with the Corps' project delivery teams, regional business centers/divisions, stakeholders and geographical districts to provide expertise and the highest quality research facility, life cycle support to the Department of Defense (DoD), other Federal agencies and foreign governments. In order to accomplish this objective Huntsville Center proposes to award a Multiple Award Task Order Contract (MATOC). The award will be an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, with a one (1) year base and four (4) one (1) year options; Firm Fixed Price (FFP) task orders will be negotiated. It is anticipated that this acquisition will result in the award of at least three or more indefinite delivery type contract, with the Government reserving the right to award more, less, or none at all if it is determined to be in the best interest of the Government. Contracts are anticipated to be awarded with FY13 funds. The North American Industrial Classification System code is 541330. The total requirements expected to be awarded under the Medical Repair and Renewal Program on A-E contracts are anticipated to total approximately $25,000,000 over a period of five (5) years. This acquisition is a full and open unrestricted competition. 1.2 In accordance with FAR 36.209, the A-E Contractor and its subcontractors, suppliers, and consultants selected for award will not be considered eligible for DoD construction design-build contracts that relate to any A-E Task Orders awarded under this contract. Potential OCIs are also governed by FAR subpart 9.5. 2.0 DESCRIPTION OF WORK 2.1 Project Information. The Medical Repair and Renewal A-E contracts provide all services required to prepare plans, specifications, work plans and other supporting documents necessary for execution of the MRR projects issued by task order. As part of the design effort the contractor may be required to survey the problem areas, evaluate and recommend solutions. The level of detail and format of the design packages may vary dependent upon the complexity of the MRR project. A complete design, including a bid schedule, an order of work clause, a construction contractor submittal register, quantity and cost estimated, construction cost estimates, a proposed construction schedule, design analyses and calculations, a design document report, an engineering considerations and instructions report, and a draft operations and maintenance manual shall be developed for each project. In addition to project designs the contractor may be required to conduct studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, value engineering, construction phase services, soils engineering, drawing reviews, preparation of operating and maintenance manuals, preparation of parametric estimates, equipment and systems commissioning and other related services. Offerors must have specialized experience and technical competence in medical facility, equipment, and systems design. 2.2 Location of Work. The scope may involve work in multiple locations throughout the Continental United States (CONUS), Alaska, Hawaii, U.S. Territories and possessions, and in identified overseas locations (OCONUS). 3.0 SELECTION CRITERIA: The selection criteria for the basic IDIQ contracts are listed below in descending order of importance (first by primary criterion and then by each sub-criterion). Criteria (a) through (d) are primary. Criteria (e) and (f) are secondary and will only be used as "tie-breakers" among firms that are essentially technically equal. Price will not be used as a criterion. a. Specialized Corporate Experience and Technical Competence: Submit specialized experience and technical competence in medical facility repair and renovation. The contractor shall provide up to five (5) examples of projects that demonstrate recent specialized experience and technical competency in sub-criteria (a) - (g). Recent experience is experience within the last three (3) years from the date of this announcement. Sub Criteria (a) - Recent experience of the firm and its consultants in design of Medical facilities, Laboratories (research, animal, clinical, Bio Safety Labs (BSL), dental clinics, operating rooms, medical clinics, support functions of medical facilities (power, water, steam), medical storage facilities, and medical transition spaces. Sub Criteria (b) - Experience in adapting standard design packages. The adaptations should demonstrate space conversions (warehouses to clinics for example), working with existing systems in renovating portions of hospitals. Sub Criteria (c) - Rehabilitation of existing medical facilities of various types, sizes, and complexities. Sub Criteria (d) - Application of Anti-Terrorist/Force Protection criteria. Sub Criteria (e) - Specific technical capabilities, such as construction cost estimating, scheduling, value engineering, and materials testing. The technical capabilities should demonstrate the type of equipment or software used. Sub Criteria (f) - Compatibility with specific CAD equipment, and format of required CAD products. The contractor should demonstrate competency with Bentley Microstation CAD software, necessary equipment to run software, USACE A/E/C CADD standards, production of PDF files for advertisement and the ability to convert CAD production source files into fully functional, error free files of AutoCAD and other required CAD products. Sub Criteria (g) - Design quality management approach. Specifically, how will the contractor maintain the quality of the design and cost control. Describe what system is in place, or will be in place at the time of award, to assure the design quality is maintained. b. Professional Qualifications: Identify the professional qualifications and credentials of key personnel in the disciplines shown below that will be necessary for satisfactory performance of the required services. The Government will consider the qualifications, education, overall and relevant experience, and training of licensed, registered, and/or certified key personnel and longevity with the firm of the key management and technical personnel. Resumes (as well as letters of commitment from key personnel who are not currently employed by the prime, sub or JV at the time of submission) shall be provided in SF-330, Section E for all key personnel in the following disciplines: architect, structural engineer, civil engineer, mechanical engineer, electrical engineer, communications engineer, fire protection engineer, hazardous materials specialist, geotechnical engineer, land surveyor, industrial hygienist, safety engineer, interior designer, cost engineer, project manager, and landscape architect. Also provide the resume for a LEED Accredited Professional (AP), which can be one of the personnel listed above. These key personnel must currently be registered in their profession in at least one state. c. Past Performance: Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. ACASS is the primary source of information on past performance (DFARS 236.602-1(a)(4)) that the evaluation board will consider. ACASS will be queried for all prime firms. Performance evaluations for any key subcontractors will also be considered. Any credible, documented information on past performance can be considered. The firm may not provide more than five (5) references that best represent the past performance of the prime firm and any key subcontractors on recent (i.e. completed within the past three (3) years for Large Businesses from the release of this announcement) contracts for projects relevant in size, scope and similarity to the services being procured under this synopsis with respect to cost control, quality of work, and compliance with performance schedules. Projects may include those with the Federal Government, State or local Governments, or commercial customers. Attached to this synopsis is a Past Performance Questionnaire (PPQ) (Attachment 1). The submitting firm is responsible for forwarding the questionnaire to each past performance reference submitted under this synopsis. Firms should complete Blocks 1-4 of the PPQ and the client/customer complete Blocks 5-8 and the evaluation survey. The client/customer should return the PPQ to the firm to be submitted with the SF330. The Government will not accept the PPQ as a separate package from the SF330. Each contract reference will be evaluated to determine if it is relevant and recent, and if so, the quality of the firm's past performance will be assessed. d. Capacity: Demonstrate capacity or firm's ability to make available an adequate number of interdisciplinary teams to accomplish at least five (5) task orders simultaneously, with task order values ranging from $100,000 to $1,000,000 each. Demonstrate capability to perform work throughout the Continental United States (CONUS), as well as Outside the Continental United States (OCONUS). Firms should demonstrate their capability to perform work in multiple geographic locations. Greater consideration will be given to the A-E firms with the capability to perform work in diverse locations rather than only having experience in one geographic area. SECONDARY SELECTION CRITERIA e. Small Business Participation Plan: Extent of participation of small businesses (SB), small disadvantaged business (SDB), historically black colleges and universities (HBCU), and minority institutions (MI) in the proposed contract team, measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU, or MI is a prime contractor, subcontractor, or joint venture partner, the greater the participation the greater the consideration. Table 2: USACE small business subcontracting goals for FY12 Small Business Category% Total Acquisition Value Small Business20% Small Disadvantaged Business4% Woman-Owned Small Business3% HUBZone Small Business3% Service-Disabled Veteran-Owned Small Business 3% f. Volume of work: Volume of work awarded by DoD during the previous 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including small businesses and small disadvantaged businesses. 5.0 SUBMISSION REQUIREMENTS: Offerors must be registered in the System for Award Management (SAM) to be eligible for award. Firms may register via the SAM internet site at http://www.sam.gov. SF-330 submissions will be received until 1400 (2:00 pm) Central Time on 5 October 2012. Interested firms having the capabilities to perform the work described above must submit seven (7) hard copies and one (1) PDF copy on a compact disk (CD) of the SF 330 Part I and SF 330 Part II for the prime firm and subcontractors or JV (Joint Venture) Partners to the Contract Specialist as follows: US Army Engineering and Support Center, CEHNC-CT-S, ATTN: Mr. John Kirkwood, 4820 University Square, Huntsville AL 35816-1822. All hard copy submissions shall be identical in content. The SF 330 Part I shall not exceed 50 pages (8.5" x 11"), including no more than 5 pages for Section H. Each side of a sheet of paper is considered one page. Use no smaller than 12 font type. However, firms may use no smaller than 10 pt font on organizational charts, graphs, tables and matrices. Include the firm's DUNS number in the SF 330, Part I, Section H. In Section H, indicate the estimated percentage of 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. Any JV Partnership must submit incorporation paperwork as a part of the package. This paperwork will not be included in the page count and should be provided as an attachment. This is not a request for proposal. Awards are anticipated to be made in the Spring of 2013 or later. Point of Contact (POC) John C. Kirkwood, 256-895-1793 john.c.kirkwood@usace.army.mil Tonju L. Butler Contracting Officer Tonju.l.butler@usace.army.mil Potential Offerors are to post questions at www.projnet.org using bidder inquiry key TGWS9S-BQP2FD. The deadline for posting questions is 1400 (2:00pm) Central Time, September 18, 2011. Place of Performance Contractor's facilities and project sites OCONUS & CONUS throughout the United States, including Alaska, Hawaii, and all U.S. Territories.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY11R0032/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN02866280-W 20120906/120905000038-b4269d5d8c6d0637941a93c7ef415ceb (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.