|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,1998 PSA#2121Department of the Army, Baltimore District, Corps of Engineer, 10 South
Howard Street, Room 7000, Baltimore, MD 21201-1715 C -- DESIGN OF THE ARMED FORCES INSTITUTE OF PATHOLOGY (AFIP) WALTER
REED ARMY SOL DACA31-98-R-0069 DUE 072098 POC Susan
Sonenthal410-962-7646 E-MAIL: susan.j.sonenthal@nab02.usace.army.mil,
SUSAN.J.SONENTHAL@NAB02.USACE.ARMY.MIL. DACA31-98-R-0069, Design of the
Armed Forces Institute of Pathology (AFIP), Walter Reed Army Medical
Center, is hereby revised. Please ignore any previous CBD announcements
regarding this solicitation. There are several changes to the original
announcement which are incorporated into this revised synopsis. Please
note that the due date of 20 July 1998 remains. 1.CONTRACT INFORMATION:
a. Architect-Engineer services are required for site investigation,
planning, programming, survey and geotechnical report, engineering
studies, concept design, final design (option), and construction phase
services (option) for the construction of a new Armed Forces Institute
of Pathology (AFIP) at Walter Reed Army Medical Center, and renovation
of Building 54, the present AFIP facility. Construction phase services
may include preparation of operation and maintenance manuals and shop
drawing review. Services may also include commissioning design and
support; fitup design and support; and O&M (Building Operations and
Maintenance) and startup services and assistance. This announcement is
open to all businesses regardless of size. A firm-fixed-price contract
will be negotiated. The contract is anticipated to be awarded in
September 1998. 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 plans to subcontract.
The plan is not required with this submittal. b. SUBCONTRACTING PLAN
REQUIREMENTS: If the selected firm is a large business concern, a
subcontracting plan with the final fee proposal will be required,
consistent with Section 806 (b) of PL 100-180, 95-507, and 99-661. 65%
of the total planned subcontracting dollars is to be placed with small
business concerns; 15% of the total planned subcontracting dollars is
to be placed with small disadvantaged businesses, including
Historically Black College and University or Minority Institutions, and
8% of the total planned subcontracting dollars is to be placed with
women-owned small businesses. The plan is not required with this
submittal. 2. PROJECT INFORMATION: This project will include design of
a new facility at Walter Reed Army Medical Center of approximately
397,500 gsf, a new underground parking facility of 100,000 gsf, and
renovation of approximately 338,000 gsf in Building 54. This project
will result in the construction of a new main AFIP
laboratory/laboratory support facility for pathology consultation,
education and research. Included in design of the project is
underground parking, a museum, a library, Biosafety Laboratory Classes
1, 2, and 3, and animal holding facilities. Also included in this
project will be the renovation of existing Building 54 for ancillary
support, repository functions, and generic office functions. Current
leased space and the functions outside of AFIP will be incorporated
into the design of the new facility. Support facilities include:
utilities (water, sewer, gas, HVAC, steam and permits), electric
services, paving, walks, curbs, gutters, parking, fencing, storm
drainage, communication and information systems, fire protection and
alarm systems, gas for laboratory work spaces, any needed repairs, and
site improvements that include demolition, landscaping buffers,
recreation areas, additional site amenities, and public access space.
Renovation of Building 54 will include restoring major building system
components that have failed or are failing. These include plumbing,
electrical, HVAC, sanitary, vacuum and gas systems. Functions that will
be included in the renovation of Building 54 are: administrative
support, clinical archives, storage, and Biosafety Laboratory Classes
1, 2 and 3, collections and repository space. Project will be designed
in accordance with: MIL-HDBK-1191, DOD Medical and Dental Treatment
Facilities Design and Construction Criteria; Uniform Federal
Accessibility Standards (UFAS), Americans with Disabilities Act
Accessibility Guidelines (ADAAG), American Association for
Accreditation of Laboratory Animal Care (AAALAC), Food and Drug
Administration (FDA), Occupational Safety and Health Administration
(OSHA), and Center for Advanced Pathology (CAP), the Installation
Design Guide (IDG) for WRAMC, the Installation Master Plan, the Urban
Design Framework (UDF) study and NFPA Life Safety Codes and
requirements of National Capitol Planning Commission (NCPC), the
Commission of Fine Arts (CFA), DC Historic Preservation (SHPO) and the
Advisory Council on Historic Preservation (ACHP). The design will be
prepared in the metric system of measurement. Construction cost
estimates will be prepared on IBM-compatible personal computers using
Corps of Engineers Computer Aided Cost Estimating System (M-CACES) Gold
(software provided by Government) or similar software. Design drawings
will be produced in AutoCADD 14. The specifications will be produced
in SPECSINTACT using Corps of Engineers Military Construction Guide
Specifications. The responses to design review comments will be
provided on Corps of Engineers Automated Review Management
System(ARMS). Work will include asbestos and lead based paint
abatement, and other hazardous abatement. The estimated construction
cost of this project is between $100 to $250 million. 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 "e" are primary. Criteria "f"
through "g" are secondary and will only be used as tiebreakers between
technically equal firms. a. Specialized experience and technical
competence of the firm and consultants in: (1) Design of new
laboratory/laboratory support facilities, and design of
renovations/alterations to existing laboratory facilities. (2) Life
safety and fire protection design of laboratory/laboratory support
facilities. (3) Knowledge of the locality of the project including
designing with the context of a historic campus of Georgian Revival
architectural style and experience with NCPC, CFA, ACHP, and DC SHPO.
(4) Design of mechanical, electrical, plumbing systems for medical
research labs based on the Integrated Building Systems (IBS). (5)
Experience in energy conservation, pollution prevention, waste
reduction, and the use of recovered materials. b. Qualified
professional personnel in the following key disciplines: historical
architecture, landscape architecture, urban designing, laboratory
facility planning, architecture, mechanical, electrical, fire
protection, structural, civil, and communication engineering; cost
estimating; certified industrial hygienist; medical lab equipment
planning; interior designing; operation and maintenance systems and
project management. The historic architect must have experience and
knowledge of the National Historic Preservation Act, Section 106
consultation, NEPA, and Secretary of the Interior's Standards for
Rehabilitation of Historic Structures. Registered professionals are
required in the following disciplines: architecture, mechanical,
electrical, fire protection, structural, certified industrial
hygienist, and civil engineering. The evaluation will consider
education, training, registration, overall and relevant experience, and
longevity with the firm. c. Experience producing quality designs based
on an evaluation of a firm's design quality management plan (DQMP).
The DQMP should include an organization chart and 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. The technical capability
and experience of each member of the entire team in the design and
renovation of laboratory facilities will be evaluated. d. Past
performance on DOD and other contracts with respect to quality of work,
cost control, and compliance with performance schedules. e. Capacity to
complete the concept design (35 percent) by Aug 99 and the final design
by Aug 00. The evaluation will consider the experience of the firm and
any consultants in similar size projects, and the availability of an
adequate number of personnel in key disciplines. f. Extent of
participation of small businesses including woman owned small business,
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. g. Volume of
DOD contract awards in the last 12 months as described in Note 24. 4.
SUBMISSION REQUIREMENTS: See Note 24 for general submission
requirements. Note 24 is written in detail in any Monday issue of the
CBD. Interested firms having the capabilities to perform this work must
submit two copies of SF 255 (11/92 edition) and two copies of SF 254
(11/92 edition) for the prime and for each consultant to the above
address not later than close of business on the 4:00 PM on 20 July
1998. The SF 255 and SF 254 shall clearly indicate the staffing of the
office indicated to do the work. In SF255, block 3b, provide the
firm's ACASS number; ACASS numbers for consultants should be placed in
Block 6. For ACASS information call 503-808-4591. In SF255, block 7,
list specific project experience for key team members, indicate the
team members role on each listed project (project manager, architect,
design engineer, etc.), and identify where the team member is located
if different from SF255, block 3b. In SF255, block 10, provide the DQMP
and the names and telephones numbers of clients as references on three
most recent, nonmilitary, laboratory facility designs. 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. Short listed firms may be requested to submit up
to 5 additional copies. In order to comply with Debt Collection
Improvement Act of 1996, all contractors must be registered in the
Central Contractor Registration (CCR) to be considered for award of a
Federal contract. Contact CCR Web site at http: // www.acq. osd.
mil/ec. Registration can also be accomplished via dial up modem at
614-692-6788 (User ID: ccrpub; Password: pub2ccri), or through any DOD
Certified Value Added Network. To review the database the web site is
http:/www.fedecnavigator.disa.mil. Additionally, a paper form for
registration may be obtained for the DOD Electronic Commerce
Information Center at 1-800-334-3414. Mailing address to send
proposals: US Army Corps of Engineers, 10 South Howard St., Room 7000,
Baltimore, MD 21201, ATTN: Susan Sonenthal. Mrs. Sonenthal can be
reached at 410-962-7646 and via Internet
susan.j.sonenthal@nab02.usace.army.mil. Solicitation packages are not
provided. This is not a request for proposal. (0169) Loren Data Corp. http://www.ld.com (SYN# 0024 19980622\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|