Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 28, 2002 FBO #0361
MODIFICATION

C -- Modification to Previous Presolicitation Notice, IDC with the U.S. Army Corps of Engineers, Mobile District, South Atlantic Division in Support of the U.S. Army Medical Command (MEDCOM) for Medical/Research Laboratory Planning and Design

Notice Date
11/26/2002
 
Notice Type
Modification
 
Contracting Office
US Army Engineer District, Mobile - Military, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
DACA01-03-R-0012
 
Response Due
1/14/2003
 
Archive Date
3/15/2003
 
Point of Contact
Sonya White, (251) 441-5582
 
E-Mail Address
Email your questions to US Army Engineer District, Mobile - Military
(sonya.m.white@sam.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA CONTRACT INFORMATION: This modification replaces the Presolicitation notice posted on 18 November 2002 in its entirety and hereby serves as the official solicitation for this project. A-E services are required for an Indefinite Delivery Contract (IDC) with the U.S. Army Corps of Engineers, Mobile District, South Atlantic Division in Support of the U.S. Army Medical Command (MEDCOM) for Medical/Research Laboratory Planning and Design. This announcement is open to all businesses regardless of size. The contra ct will be awarded for a one-year base period with options to extend the contract for two additional one-year periods, not to exceed a total of three years. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $3,000,000 over the three-year life of the contract. (If the established value for an option period is exhausted or nearly exhausted prior to 12 months after the start of the period, the next option period may be exercised). There is a possibility that multiple contracts may be awarded on this solicitation. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the re quired services. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract w ith small and small disadvantaged firms. 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. A firm fixed price contrac t will be negotiated. The North American Industry Classification System (NAICS) code for this action is 541330 (previous SIC code was 8711). PROJECT INFORMATION: The selected firm must have capabilities for laboratory planning, architectural, mechanical, electrical, plumbing, fire protection, structural, civil, cost estimating and any other required discipline to perform pre-design studies, program development, investigations and evaluations, design and construction document production, cost estimated, co nstruction phase services, building commissioning services, participation in an independent value engineering process, participation in a peer review process, and other related services. The MEDCOM Program provides support and service to facilities to fost er and maintain a state-of-the-art public health environment. Facilities included in this contract may include, but are not necessarily limited to: Bio-safety Levels II, III, and IV research laboratories and laboratory support functions, animal housing, of fice buildings, conference facilities including auditoria and food service, parking structures, campus utility and infrastructure, hazardous material storage facilities and central utility plants. Projects may include new construction and/or major renovati on and modernization. The purpose of this procurement is to select firms highly qualified to provide these architectural-engineering services. Due to the variety of projects anticipated, the selected firm(s) must possess a wide range of professional servic es and experience in architecture and engineering for the research facilities and the general types of facilities listed above. Design teams will be required to demonstrate considerable experience in designing research laboratory facilities for infectious disease and for toxic and carcinogenic research and for office, conference, parking structures and infrastructure related facilities. Experience must include in-depth knowledge of related complex laboratory process, scientific equipment, laboratory mechani cal systems, containment laboratory design and must have a working knowledge of the CDC/NIH's Biosafety in Microbiological and Biomedical Laboratories (BMBL) st andards and the American Association for Accreditation of Laboratory Animal Care (AAALAC) standards. The majority of the work will be located in the Continental United States; however, work may be located in Central or South America, Puerto Rico, the U.S. Virgin Islands, Korea, Japan, Africa, the Middle East, Thailand, Europe and other worldwide locations as supported by MEDCOM. SELECTION CRITERIA: See government-wide Numbered 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 F are secondary and will only be used as tie-breakers among technically equal firms. A. Professional Qualification s: The selected firm must have, either in-house or through consultants, the following disciplines, with registration required where applicable: (1) Architect (with at least ten years experience in the planning and/or design of Level II, III, and IV medical laboratories); (2) Mechanical Engineer (with experience in medical gas systems, plumbing systems, hood design and selection, and heating, ventilation, and air conditioning systems); (3) Electrical Engineer (with experience in electronics systems, emergenc y and normal power systems, and lighting); (4) Structural Engineer (with experience in seismic design and analysis, and design and evaluation of building structures); (5) Geotechnical Engineer; (6) Fire Protection Engineer (four years experience with all c urrent 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 years experience in the design of sprinkler fire protection systems); (7) Civil Engineer; (8) Interior Designer (registered arch itect with specialized experience in interior design, registered interior designer or NCIDQ certified interior designer); (9) Certified Industrial Hygienist (with experience in air quality assessment, asbestos abatement and lead based paint); (10) Cost Eng ineer or Estimating Specialist. The firm and/or consultant cost engineer or estimating specialist for each required design discipline applicable to this contract, such as architectural, structural, civil, mechanical or electrical, etc., must be specificall y identified and his/her competence indicated by resume in block 7 of the Standard Form 255. The cost engineer or estimating specialist for this contract must be full-time professional cost engineer or estimating specialist. The evaluation will consider ed ucation, registration, and relevant experience in the type work required. Resumes (Block 7 of the Standard Form 255) must be provided for these disciplines, including consultants. In the resumes under Project Assignments, use the same discipline nomenclatu re as is used in this announcement; B. Specialized Experience and Technical Competence in: (1) Functional review of layout of medical/research laboratory facilities; (2) Design of new construction of and upgrades to medical/research laboratory facilities; (3) Interim Department of Defense Antiterrorism/Force Protection Construction Standards and Army Security Engineering Manuals TM 5-853-2 and -3; (4) Seismic evaluation and rehabilitation of buildings in accordance with FEMA 273 Guidelines for the Seismic R ehabilitation of Buildings and TI 809-05 Seismic Evaluation and Rehabilitation of Buildings; (5) Interior design of medical facilities; (6) Medical equipment planning and use of MIL-STD-1691, Medical Equipment Schedule for Military Medical Facilities; (7) Design of Plant Management Systems (PMS) using Direct Digital Control (DDC); (8) Construction phase services (submittal review, transition planning, commissioning, clarification of design requirements, etc); (9) Preparation of scope documents for execution by design-build renovation/repair contractors; (10) Planning of medical/research laboratory repair/construction projects; (11) Preparing cost estimates utilizi ng IBM/MS-DOS compatible MCACES GOLD and PACES 2000 estimating software; (12) In Block 10 of the Standard Form 255 describe the firm's quality management plan, including the team's organization with an organizational chart, quality assurance, cost control (including designing to cost), and coordination of the in-house work with consultants; C. Capacity to Accomplish the Work: The capacity to accomplish at least three (3) $300,000 individual task orders simultaneously or one single design for a project with a construction cost in excess of $10,000,000; D. Past Performance: Past performance on Department of Defense (DOD) contracts with respect to cost control (including both control of design costs, and success in designing within the repair/construction pro ject's programmed cost), quality of work, and compliance with performance schedules; E. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort; F. Equitable Distribution of DOD contracts: Volume of DOD contrac t awards in the last 12 months as described in government-wide Numbered Note 24. 4. SUBMISSION REQUIREMENTS: See government-wide Numbered Note 24 for general submission requirements. Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed copy of their Standard Form 254, Architect-Engineer and Related Services Questionnaire for themselves and one for each of their subcontractors and one (1) completed copy of their Standard Form 255, Archite ct-Engineer and Related Services Questionnaire for Specific Project for themselves to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. Dewayne Brackins, 109 St. Joseph Street, Mobile, AL 36602-3630. The Standard Form 254 and Standard Form 255 are to be submitted even if they are currently on file. The 11/92 editions of the forms must be used, and may be obtained from the Government Printing Office or http://www.gsa.gov. Submittals must be received no later than 3:00 P.M. Central Time o n 14 January 2003. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules pursuant to 52.215-1 will be followed for submittals received after the closing date of this announcement. In Block 2b of the Standard Form 255 include RFP Number and in Block 3a list two (2) principal contacts of firm. In Block 3b include the ACASS number of all the participating offices that are proposed to perform work. To obtain ACASS number, fax your Standar d Form 254 to the ACASS Center at 503-808-4596 or call the ACASS Center at 503-808-4591. A maximum of ten (10) projects, including the prime and consultants, will be reviewed in Block 8. In Block 9 of the Standard Form 255, responding firms must indicate t he number and amount of fees awarded on DOD (Army, Navy, and Air Force) A-E contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. Response to Block 10 is limited to 25 singl e-sided pages. 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. This is not a request for proposal. Solicitation packages are not prov ided. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on 4 February 2003. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contract will be cond ucted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone. The Select ion Board chairperson will notify, in writing, all firms of their selection status within 10 days after approval of the selection. To be eligible for contract award, a firm must be registered with the Central Contractor Registration database. For instructi ons on registering with the CCR, please see the CCR Web site at http://www.acq.osd.mil/ec.
 
Place of Performance
Address: US Army Engineer District, Mobile - Military P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN00211618-W 20021128/021126213424 (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 |
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.