MODIFICATION
C -- Corrosion Control Paint Facility, Robins AFB GA
- Notice Date
- 10/25/2002
- Notice Type
- Modification
- Contracting Office
- US Army Corps of Engineers, Savannah - Military Works, P.O. Box 889, Savannah, GA 31402-0889
- ZIP Code
- 31402-0889
- Solicitation Number
- DACA21-03-R-0007
- Response Due
- 11/12/2002
- Archive Date
- 1/11/2003
- Point of Contact
- Elaine Radcliffe, (912) 652-5416
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Savannah - Military Works
(elaine.p.radcliffe@sas02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA Modification to Solicitation Number: DACA21-03-R-0007 reflects numerous changes and must be read in its entirety and now reads as follows: Title: Corrosion Control Paint and De-paint Facility *** Location: Robins AFB, Georgia *** Contracting POC: Nina Jod ell Phone: (912)652-5465 *** Technical POC: Leslie Zuniga Phone: (912) 652-5418 *** This is a request for SF 255s/254s so solicitation registration is not required *** SF 255?s & SF 254s for this will be due by 12 November 2002 no later than 0900 hours. * *** 1. DESC: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The Savannah District, U.S. Army Corps of Engineers, requires the services of an Architect-Engineer firm to prepare the Request For Proposal which includes development of existing site plans and conceptual plans for movement of personnel, material, etc. (one conceptual plans for movement of personnel, material, etc. (one conceptual floor plan per facility will be required, but will not be provided to the design-build offerors), performance-based requirements, critical specifications, and cost estimates for the design and construc tion of the following two facilities: **** A 9,850 SM Corrosion Control Paint Facility and a 9,850 SM Corrosion Control De-paint Facility at Robins Air Force Base GA. The contract to prepare the RFP is anticipated to be awarded in December 2003 and complet ed in June 2003. The estimated construction cost range is $60,000,000.00 to $70,000,000.00. **** The contract will be firm fixed price. This announcement is open to all firms regardless of size. If a large business is selected for this contract, it must c omply with FAR 52.219.9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Savannah District which will be considered in the negotiation of this contract are: (1) 71.1% o f a contractor's intended subcontract amount be placed with small businesses; (2) 10.2% of a contractor's intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) 10.6% of a contractor's intended subcontract amount be placed wit h women-owned SB (WOSB); (4) 0.0% of a contractor's intended subcontract amount be placed with veteran owned SB (VOSB), see note 1; (5) 3% of a contractor's intended subcontract amount be placed with service-disabled veteran-owned SB (SD/VOSB), see note 2; (6) 3% of a contractor's intended subcontract amount be placed with HUBZone SB. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414 **** Notes: **** (1) While Savannah District does no t have a specific target for subcontracting with Veteran-Owned small businesses, this must be addressed in any subcontracting. ** (2) Service-disabled Veteran-owned Small Business (SD/VOSB) is a composite of Veteran-Owned Small Business. The SD/VOSB target must be included in the Veteran-Owned small business target. **** 2. PROJECT INFORMATION: The selected firm will be required to perform the following services: ** A. Develop a Request For Proposal to design and construct a Corrosion Control De-paint and a Paint Facility. The RFP requirements include the preparation of the following: existing site plans and conceptual plans; development of performance-based requirements (construction and process); critical specifications, design analysis; cost estimates and the testing/commissioning of the facilities plan. The RFP will be developed for the design and construction of the following two facilities: 9,850 SM Corro sion Control, De-paint Facility and a 9,850 SM Corrosion Control Paint Facility at Robins Air Force Base GA. Both facilities include high bay spaces, maintenance and administrative spaces. Their supporting facilities include aircraft access pavement, shoul ders, vehicle parking, utilities, communication support, fire suppression system, laminar air extraction system and demolition. The paint facility includes facility renovation and relocation. In addition performance specifications will be developed for ap proximately $8.1 of related corrosion control de-paint equipment and $7M of related corrosion control paint equipment. RFP development shall require industry day meetings with design-build firms and critical equipment manufacturers, acceptance testing pla ns (process-based), and shall emphasize a true design-build process. The Paint facility and associated equipment will be identified as an option in the RFP and packaged in a separate volume. ** B. Architect-Engineer services during the review of the contr actor's proposals and construction (shop drawing review and field visits) may also be required. All design files must originate in and be delivered in the (*.dgn) format. Exceptions may be granted if the use of scanned files is required. In this case the s canned files must be converted to (*.dgn) format for delivery. All design files will be developed using the Tri Service AEC Standard as supplemented by the Savannah District instructions. The standards include naming convention, file and directory structur e, line weights, levels and color. All deviations shall be approved by the Contracting Officer. **** 3. SELECTION CRITERIA: ** See Note 24 for general A-E selection process. The selection criteria are listed below in descending order of importance first by major criteria and then by each sub-criterion). ** CRITERIA A-E are primary. Criteria F thru H are secondary and will only be used as *tie-breakers* among technically equal firms. **** A. Specialized Experience and technical competence in (1) Design of la rge aircraft corrosion control paint and de-paint facilities. (2) Fire protection design for large industrial facilities. (3) Industrial ventilation. (4) Sustainable design using an integrated design approach and emphasizing environmental stewardship, wit h experience in energy and water conservation and efficiency, use of recovered materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; development of healthy, safe and productive work environments; and employing the LEED evaluation and certification methods. (5) Producing quality designs based on evaluation of a firm's design quality management plan (DQMP). The evaluation will consider t he management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm, and any significant subcontractors on similar projects. (6) Experience in writing design-build RFP packages, (7) Or iginating designs in (*.dgn) format. (8) Use of MCACES cost estimating. **** B. 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. Indication of favorable performance ratings awards and repeat clientele on Block 10 of SF 255 is recommended. **** C. Professional Qualifications of key management and professional staff members in the following key disciplines: project management (archite ct or engineer), mechanical engineering, electrical engineering, fire protection engineering, industrial engineering, industrial hygiene, architecture, structural engineering, civil engineering, and cost estimating. The lead engineer or architect in each d iscipline must be registered to practice in the appropriate professional field. The evaluation will consider education, certification, training, registration, o verall and relevant experience, and longevity with the firm. The design team must include a Registered Fire Protection Engineer whose principle duties are code compliance issues (IBC, NFPA, OSHA, etc.). Block 7 must contain resumes for all required discipl ines. **** D. Capacity to accomplish the work in the stated contract period and to provide the following professional disciplines: mechanical, electrical, fire protection, industrial, industrial hygienist, architectural, structural, civil, topographic surv eys and cost estimating. Minimum capacity is one professional for each discipline but additional capacity is desirable. These disciplines must be shown in Block 4 of SF 255. The evaluation will consider the experience of the firm and any consultants in sim ilar size projects. Please disregard the *to be utilized* statement at Block 4 of SF 255 and show the total strength of each discipline, however; for in-house personnel, column 4B, only indicate the number of personnel located in the specific office submit ting the SF 255. All others including branch offices in other locations are to be indicated as consultants in column 4A. **** E. Knowledge of locality as it pertains in design and construction methods of military projects in the geographic area of this con tract. **** SECONDARY CRITERIA **** F. Extent of participation of small business (SB) including small disadvantaged business (SDB), HubZone small business (HUBZone), Women-Owned Business (WOB), veteran owned business (VOB) and service-disabled veteran o wned business (S/D VOB) measured as a percentage of the total estimated effort. **** G. Proximity to the project site. **** H. Volume of DOD contract awarded in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contr acts among qualified firms, including SB and SDB. **** 4. SUBMISSION REQUIREMENT: See Note 24 for general submission requirements. Interested firms must submit ONE (1) copy of SF 255 (11/92 edition) for prime, ONE (1) copy of SF 254 (11/92) for prime and a ll consultants and a CD (Word or Adobe) of the entire submittal to the following address: US Army Engineer District, Savannah, ATTN: CESAS-EN-ES (Natasha Givens), 100 W. Oglethorpe Ave., Savannah, GA 31401-3640. Receipt of SF 255/SF 254 information will be due no later than 0900 hours on 12 November 2002. BLOCK 10 OF SF 255 SHALL NOT EXCEED 10 PAGES PRINTED ONE SIDE OR 5 DOUBLE SIDED PAGES -- FONT SIZE SHOULD NOT BE ANY SMALLER THAN 10. NO FAXED SUBMITTALS WILL BE ACCEPTED. FIRMS MUST INCLUDE PRIME's ACASS NUMBER in BLOCK 3 of SF 255. For ACASS INFORMATION: call 502/808-4591. Cover letters and extraneous materials (Brochures, etc.) are not desired and will not be considered, PHONE CALLS are DISCOURAGED unless ABSOLUTELY necessary. PERSONAL VISITS for the pur pose of discussing this announcement WILL NOT BE SCHEDULED. This is NOT a REQUEST for a PROPOSAL
- Place of Performance
- Address: US Army Corps of Engineers, Savannah - Military Works P.O. Box 889, Savannah GA
- Zip Code: 31402-0889
- Country: US
- Zip Code: 31402-0889
- Record
- SN00194112-W 20021027/021025213435 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |