|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 13,1997 PSA#1866U.S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-EN-MN, P.O. BOX 2288,
MOBILE ALABAMA 36628-0001 OR 109 ST., JOSEPH STREET MOBILE AL 36602 C -- IDC TO SUPPORT THE U.S. ARMY MEDICAL COMMAND (MEDCOM) F/PRIMARILY
ARCHITECT WORK; RFP # DACA01-97-R-0032 SOL AEMXXX-97XX-0010 POC Contact
Mr. Jack Pruett, (334) 441-5741; Contracting Officer, Leo J. Hickman
(Site Code W31XNJ) CONTRACT INFORMATION: A-E services are required for
an Indefinite Delivery Contract to Support the U.S. Army Medical
Command (MEDCOM). This contract will be primarily for Architectural
services. This announcement is open to all businesses regardless of
size. The Contracts will be awarded for a one year period with an
option to extend the contract for two additional periods, not to exceed
a total of three years for each contract. Work to be subject to
satisfactory negotiation of individual task orders, not to exceed
$1,000,000 for each contract period. (If the $1 million limit for a
contract period is exhausted or nearly exhausted prior to 12 months
after the start of the period, the option for the next contract period
may be exercised). Selection of AE firms is not based upon competitive
bidding procedures, but rather upon the professional qualifications
necessary for the performance of the required services. If a large
business is selected for this contract, it must comply with FAR
52.219-9 regarding the requirement for a subcontracting plan for that
part of the work it intends to subcontract. The subcontracting goals
for this contract are a minimum of 52.5% of the contractor's intended
subcontract amount be placed with small businesses (SB), including
small disadvantaged businesses (SDB), and women-owned business, 8.8% be
placed with SDB, and 5% for women-owned business. The subcontracting
plan is not required with this submittal. 2. PROJECT INFORMATION: The
selected firm must have capabilities for design of military healthcare
projects in the areas of: Architecture; Healthcare Planning; Interior
Design; Space Evaluation and Programming; Medical Equipment Planning;
Master Planning. The selected firm will be required to travel for site
visits to establish any and all the documents required for the
modification, repair and acquisition of mechanical, electrical, fire
alarm/security, life safety, energy, and plant management system (PMS)
for DOD installations. Also included will be such services as
construction phase services; on site Quality Assurance inspections;
studies, concept and complete final designs for projects executable
with local authority; project development brochures; cost estimates;
economic analysis; environmental assessments; concept drawings; and
master planning documents to include utility system mechanical,
electrical, architectural, structural, life safety, and code
deficiencies. Design efforts may include modifications or additions to
existing facilities, the correction of existing deficiencies, the
design of new systems or facilities, and modifications and upgrades to
existing mechanical, electrical, and fire alarm/security systems,
asbestos abatement (it will not be possible for the Government to
indemnify the selected firm against liability claims connected with
asbestos); construction phase services. Site investigations will
include coordination with the Agency Program Manager requesting the
work. The work will be in the Continental United States, and other
locations as directed by MEDCOM and the Mobile District. 3. SELECTION
CRITERIA: See Note 24 for general selection process. The selection
criteria are listed below in descending order of importance (first by
major criterion and then by each sub-criterion). Criteria A thru D are
primary. Criteria E thru G are secondary and will only be used as
"tie-breakers" among technically equal firms. A. Professional
Qualifications: The contract will require the following professional
disciplines, with registration required where applicable: (1) Architect
(with at least 10 years experience in the planning and design of
military healthcare facilities); (2) Mechanical Engineer; (3)
Electrical Engineer; (4) Fire Protection Engineer (four (4) years
experience with all current nationally recognized codes such as
N.F.P.A. and U.B.C., with special emphasis on NFPA 101 Life Safety with
at least two (2) years experience in the design of AFFF/sprinkler fire
protection systems); (5) Structural Engineer; (6) Certified Industrial
Hygienist with experience in asbestos abatement; (7) Cost Estimator.
Resumes (Block 7 of the SF 255) must be provided for these disciplines,
including consultants. Under Project Assignments in Block 7b, use the
nomenclature as shown in this announcement. The evaluation will
consider education, registration, and relevant experience in the type
work required. Additional evaluation factors are provided in order of
importance: B. Specialized experience and technical competence in: (1)
Master Planning for Health Care Facilities; (2) Health care
revalidation; (3) Economic analysis for health planning; (4) Medical
Planning; (5) Functional review of Medical Facilities; (6) Surveying
medical facilities for NFPA 101 and JCAHO deficiencies preparation of
deficiency reports and equivalency studies; (7) Design of upgrades to
medical facilities; (8) Medical equipment planning and use of
MIL-STD-1691, Medical Equipment Schedule for Military Medical
Facilities; (9) Design of Plant Management Systems (PMS) using Direct
Digital Control (DDC) following the criteria established in MEDCOM
Specification 1000; (10) construction phase services; (11) long term
on-site Quality Assurance representation; (12) design and evaluation of
DOD medical facilities in Europe and Asia; (13) preparation of scope
documents for execution by design-build renovation/repair contractors;
(14) planning and design of military healthcare projects (at least 5
within the past 7 years); (15) In Block 10 of the SF255 describe the
firm's quality management plan, including the team's organization with
an organizational chart, quality assurance, and coordination of the
in-house work with consultants. C. Capacity to Accomplish the Work: The
capacity to accomplish 3 task orders of at least $300,000 value each,
concurrently. D. Past Performance: Past performance on DOD and other
contracts with respect to cost control, quality of work, and compliance
with performance schedules; E. Geographic Location: Geographic location
with respect to the Southeast United States; F. Small Business, Small
Disadvantage Business, and Women Owned Business Participation: Extent
of participation of small businesses, small disadvantaged businesses,
women owned businesses, historically black colleges and universities,
and minority institutions in the proposed contract team, measured as a
percentage of the total estimated effort; G. Equitable Distribution of
DOD contracts: Volume of DOD contract awards in the last 12 months as
described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for
general submissions requirements. Firms must submit a copy of their SF
254 and SF 255, and a copy of each consultant's SF 254. The 11/92
edition of the forms must be used, and may be obtained from the
Government Printing Office. These must be received in the Mobile
District Office (CESAM-EN-E) not later than close of business on the
30th day after the date of publication of this solicitation in the
Commerce Business Daily. If the 30th day is a Saturday, Sunday, or
Federal holiday, the deadline is the close of business on the next
business day.Regulations requires that any submittals received after
this date cannot be considered by the Selection Board. Include ACASS
number in Block 3b and RFP Number in Block 2b of the SF 255. Call the
ACASS Center at 503-326-3459 to obtain a number. Solicitation packages
are not provided. A maximum of ten (10) projects, including the prime
and consultants, will be reviewed in Block 8. This is not a request
for proposal. As required by acquisition regulations, interviews for
the purpose of discussing prospective contractors' qualifications for
the contract will be conducted only for those firms (0162) Loren Data Corp. http://www.ld.com (SYN# 0020 19970613\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|