|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29,1998 PSA#2211Department of the Army, Baltimore District, Corps of Engineer, 10 South
Howard Street, Room 7000, Baltimore, MD 21201-1715 C -- ARCHITECT-ENGINEERS SERVICES FOR ONE INDEFINITE DELIVERY TYPE
MULTI-DISCIPLINE CONTRACT FOR WALTER REED ARMY MEDICAL CENTER,
WASHINGTON, DC SOL DACA31-99-R-0006 DUE 120198 POC Susan Sonenthal
410-962-7646 E-MAIL: SUSAN.J.SONENTHAL@NAB02.USACE.ARMY.MIL,
SUSAN.J.SONENTHAL@NAB02.USACE.ARMY.MIL. 1. CONTRACT INFORMATION: A-E
services required for one indefinite delivery type contract for site
investigation, planning, programming, surveys and geotechnical
investigation, topographic surveys, preparation of DD Form 1391s,
engineering studies, concept design, final design and construction
phase services for the use at Walter Reed Army Medical Center,
Washington, D.C. that may be used by other Government Agencies
throughout the Baltimore District. Construction phase services may
include preparation of operation and maintenance manuals and shop
drawing review. This procurement is unrestricted and therefore is open
to all businesses regardless of size. A firm-fixed-price contract will
be negotiated. Contract will be for one base period and two option
periods. A period will not exceed one year. Cumulative total shall not
exceed $1,000,000 per year. The total contract amount is $3,000,000.
The con-tract is antici-pated to be awarded in March 1999. When two or
more AE Indefinite Deliver-type contract with similar scopes of work
exists, the basis for selecting an AE for a particular delivery order
will be based on several factors. Among these factors are anticipation
of customer needs, timeliness, any unique specialized experience that
the AE can offer, performance and quality of deliverables under the
AE's current IDTC, along with customer satisfaction. While this process
is not necessarily a "subjective" process, the intent of this contract
is to satisfy customer needs in an expeditious and cost effective
mode. Location of the firm should be in the general geographical area
of the Washington, D.C. -- Baltimore, Maryland. SUBCONTRACT-ING PLAN
RE-QUIRE-MENTS: If a large business is select-ed, a subcontracting plan
with the final fee propos-al will be required, consistent with Section
806 (b) of PL 100-180, PL 95-507, and 99-661. A minimum of 65% of the
total planned subcontracting dollars shall be placed with small
business concerns. At least 15% of total planned subcontracting dollars
shall be placed withsmall disad-vantaged businesses, including
Historically Black Colleges and Universities or Minori-ty Institutions,
and 8% with women-owned businesses. The plan is not required with this
submit-tal. 2. PROJECT INFORMATION: Work may consist of prepara-tion
of reports, studies, design criteria, designs and other general A-E
services for alterations, renova-tion, maintenance and repair, and
limited new con-struction projects. Specific tasks may include but are
not limited to HVAC planning and design, kitchen planning and design,
facility management/operations related studies, exterior/interior
renovation of medical and laboratory facilities, upgrades of electrical
systems and repair of roads/parking areas. Work may include preparation
of: design criteria documents, economic analyses, preparation of DD
Form 1391s, facility condition surveys, hazardous material surveys,
concept designs, final designs and construction phase services. Studies
may include such work as: surveying existing medical facilities for
architectural, structural, utility system, life safety and fire safety
code deficiencies; preparation of program for design for new
facilities; design efforts may include facility upgrades to meet
National Fire Protection Association (NFPA) Code and Joint Commission
on the Accreditation of Healthcare Organizations (JCAHO) requirements
such as: installation of fire sprinklers; interior upgrades to
partitions and upgrades to mechanical, electrical, and fire alarm
systems. Projects 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), Centers for Disease Control and
Prevention, National Institute of Health (NIH) Laboratory Design
Guidelines, Occupational Safety and Health Administration (OSHA), the
Installation Design Guide (IDG) for WRAMC, the Installation Master
Plan, 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). Concentration of
work shall be in Architecture and Interior Design. Work will include
asbestos and lead based paint abatement, and other hazardous survey,
testing and abatement. The deliverables are not required to be
performed using a specific CADD system. However, the firm will be
required to provide any digitizing and/or translation services
necessary to deliver the final design products in A-UTOCAD Release 14
on compact disks. -Graphic standards and leveling convention for all
CADD drawings shall be based on "Tri-service architectural, engineering
and construction (AEC) computer-aided design and drafting (CADD)
standards." 3. SELECTION CRITERIA: See Note 24 for general selection
process. The criteria for selection in descending order of importance
will be a. Special-izedexperience and technical competence of the firm
and consul-tants in: (1) Design of health care facilities, familiarity
with JCAHO requirements. (2) Specialized experience in design of
biomedi-cal/animal research labs, familiarity with AAALAC requirements.
(3) Experience in historic preser-vation/rehabilitation in the context
of Georgian Revival architecture and in submissions to NCPC, CFA, and
SHPO. (4) Experience in design of central chilled water and central
boiler plant systems, and energy conservation / energy management
systems. (5) Experience with small to medium size renovation projects
with average construction cost of $1.0 million. (6) The firm's ability
to respond to multiple work orders concurrently, at least two teams
shall be shown in the organizational structure. b. Qualified
professional person-nel shall be provided in the follow-ing key
disciplines: medical/laboratory facility design and planning,
architecture, mechanical engineering, construction cost estimat-ing,
interior design, landscape architecture, -- electrical engineering,
fire protec-tion, struc-tur-al, civil engi-neering, indus-trial
hygien-ist, historic architecture and operation and maintenance
systems. 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 or certified professionals are required
in the following disciplines: architecture, mechanical, electrical,
fire protection, interior design, industrial hygiene, structural, and
civil engineering. The evaluation will consider education, training,
registration, certification, 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. d. Experi-ence of the firm
and any consultants in similar size projects, past performance on DOD
and other contracts with respect to quality of work, cost control, and
compliance with performance schedules, e. The availabili-ty of an
adequate number of personnel in key disci-plines. 4. SUBMIS-SION
REQUIRE-MENTS: See Note 24 for general submission requirements. Note 24
is written in detail in any Monday issue of the CBD. Interest-ed firms
having the capabilities to perform this work must submit SF 255 and SF
254 for the prime and for each consul-tant to the above address not
later than close of business on 1 December 1998. The Baltimore District
does not retain SF 254's on file. The SF 255 and SF 254 shall clearly
indicate the staffing of the offices indicated to do the work. In SF
255, block 3b, provide the prime's ACASS number. The ACASS numbers for
consultants should be placed in Block 6. If your firm does not have an
ACASS number, it can be obtained from the Portland District Corps of
Engineers ACASS database section by calling 503-808-4591. In SF 255,
block 10, provide the management plan and the names and telephone
numbers of clients as references on three most recent projects of the
type relevant to Walter Reed. In SF 255, Block 9, provide contract
award dates for all projects listed in that section. Telephone
interviews will be conducted with the firms that are short-listed
(generally three firms). In order to comply with the 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. A paper copy may be obtained from the DOD Electronic
Commerce Information Center at 1-800-334-3414 or Contact CCR web site
at http://www.acq.osd.mil/ec. Solicita-tion packages are not provided.
Mailing address -- ATTN.: Susan Sonenthal, Room 7000, 10 South Howard
Street, Baltimore, MD 21201. For questions, Mrs. Sonenthal can be
reached on 410-962-7646 and via Internet,
susan.j.sonenthal@nab02.usace.army.mil. This is not a request for
propos-al. Posted 10/27/98 (W-SN265786). (0300) Loren Data Corp. http://www.ld.com (SYN# 0017 19981029\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|