Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2003 FBO #0406
SOURCES SOUGHT

C -- Architect and Engineering Services Construction Phased Services, Ft Wainwright, Alaska

Notice Date
1/10/2003
 
Notice Type
Sources Sought
 
Contracting Office
US Army Corp of Engineers - Alaska - Military Works, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
DACA85-03-R-0004
 
Archive Date
4/27/2003
 
Point of Contact
Carolyn Haynes, 907/753-2545
 
E-Mail Address
Email your questions to US Army Corp of Engineers - Alaska - Military Works
(carolyn.i.haynes@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Dan Werkmeister is the Contract Specialist and Point of Contact for any questions and can be reached at 907-753-2555 or e:mail daniel.j.werkmeister@usace.army.mil (THIS IS A NOTICE OF THE GOVERNMENT?S INTENT TO AWARD TO ONE SOURCE & NOT A REQUEST FOR COMPE TITIVE PROPOSALS. NO SOLICITATION WILL BE AVAILABLE. DO Not Register ON THE PLAN HOLDERS LIST.) Under the authority of FAR 6.302, the government intends to award a sole-source contract to HKS Inc. / Wingler & Sharp Inc., Joint Venture (HKS/WS) of Texas. H KS/WS is the designer of record for the new Bassett Army Hospital at Fort Wainwright, Alaska and has provided construction phase services for the first year of construction activities, beginning in March 2002. This action will be for construction phase se rvices through the completion of construction. Services are deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in a substantial duplication of co st to the Government that is not expected to be recovered through competition or unacceptable delays in fulfilling the agency?s requirement. Having worked on this project for 6 years, HKS/WS is the only design firm with the level of knowledge of the projec t design criteria, analysis, calculations and assumptions required to meet the requirements of the Government for the project specific expertise. Maintaining continuity of A/E services utilizing HKS/WS is essential to the satisfactory completion of the pro ject and is in the Government?s overall best interest. However, if an AE is interested and believes they are capable of performing this work, they are invited to submit their letter of interest along with an outline of their qualifications, addressing kn owledge or experience of the instant procurement or methodology to obtain information without unacceptable delays or duplication of costs. This action is subject to availability of funds. All responders are advised that this project may be canceled or re vised at any time during the solicitation, evaluation, negotiation and final award. A determination by the Government not to compete this proposed contract action is within the discretion of the Government. Letters of interest are due 24 Jan 2003 at 1600 (4:00 PM Alaska Time). This acquisition will be conducted under SIC Code: 8711, NAICS Code: 541330. The small business size standard for this code is $4,000,000,000.00. See Note 22. 1. CONTRACT INFORMATION: The Government requires construction phased services in its ongoing efforts to construct the new Bassett Army Community Hospital (BACH) at Ft. Wainwright, Alaska. The contractor must be intimately familiar with Department of Def ense medical facility design and construction criteria, and intimately familiar with the development, design, and intended operation of the Replacement BACH and are therefore qualified to provide ?construction phase services? support to the Government. For firms who wish to provide submittals based on the qualifications below and that can meet the project criteria by addressing the knowledge or experience of the instant procurement, or methodology to obtain the information without unacceptable delays or duplicative cost; the submittals must be received at the address indicated above no later than 4:00 PM Alaska Time on February 26, 2003. Any submittals received after this date will not be considered. A large business must comply with FAR 52.219-9 regar ding the requirement for a subcontracting plan for the part of the work it intends to subcontract. FY 2003 USACE Goals are as follows: Small Business 61.4%, Small Disadvantaged Business 9.1%, Woman-Owned Small Business 5.0%, Veteran-Owned Small Business 3.0%, Service Disabled Veteran-Owned Small Business 3.0% and HUBZone Small Business 2.5%. To be eligible for contract award, a firm must be registered in the DoD Central contract or Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. For further questions and/or concerns, please contact: CCR Assistance at (888)277-2423 (Monday ? Friday, 8 a.m. ? 6 p.m. EST) or Electronic commerce Information Center (ECI C) at (800) 334-3414 (Monday ? Friday, 8 a.m. ? 6 p.m. EST). See Notes 22 and 24 at www.fbodaily.com. No additional information shall be provided, and no faxed submittals shall be accepted. Solicitation packages are not provided. This is not a request for proposal. See Note 24. 2. PROJECT INFORMATION: The project may include, but not be limited to: attendance at partnering conferences, permanent on-site representative with specific knowledge of the BACH concept and design to provide primary response to construction issues and t o coordinate with home office and consultant expertise, review of shop drawing submittals specific to the BACH design, quarterly site visits to support the Government?s Quality Assurance program, analysis of Value Engineering proposals, design services inc luding cost estimates and assistance with change orders, and review of Systems Operation and Maintenance Manuals. Support will be required throughout construction and possibly into the 3-month transition period when the construction contractor is operatin g the facility and providing transition training. A firm-fixed price contract inclusive of all services for the duration of construction is sought with options for additional quantities for RFI?s and site visits included. The AE was previously selected on the basis of the following qualifications: 3. SELECTION CRITERIA: 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 the part of the work it intends to subcontract. The following selection criteria are liste d in decending order of importance (first by major criterion and then by each subcriterion). Criteria A-D are PRIMARY selection criteria, criteria E and F are secondary and will only be used as tie-breakers between technically equal firms. A. Specialize d experience and technical competence of the firm and consultants in: (1) Design of medical facilities. (2) Life safety and fire protection design of medical facilities. (3) Knowledge of the locality of the project including geologic features, climatic conditions (subarctic), seismic, and local construction methods. (4) Use of automated design systems described above (M-CACES-Gold, CADD, SPECSINTACT, and ARMS). B. Qualified professional personnel in the following key disciplines: project management; m edical facility planning, architecture, mechanical, electrical, fire protection, structural, civil, commnication engineering, cost estimating, certified industrial hygienist, medical equipment planning, medical gas systems engineering, interior design, ope ration and maintenance systems. Registered professionals are required in the following disciplines: architecture, mechanical, electrical, fire protection, and civil/structural engineering. The structural engineer should demonstrate expertise in design of similar facilities in Seismic Zone 3 and experience in subarctic design. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. The project manager, senior project (lead) architect, and onsite construction representative shall be a project level architect fully involved in the project. C. Experience producing quality designs based on an evaluation of a firm?s design quality management plan (DQMP). The DQMP should include an organiza tion chart and briefly address management approach, team organization, quality control procedures, cost control, value engineering, coordination of inhouse disciplines and subcontractors, and prior experience of the prime firm and any significant consultan ts on similar projects. D. Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules. E. Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort, regardless of whether the SB, SDB, HBACU or MI is a prime contractor, subcontractor or joint venture partner; the greater the participation the greater the consideration. Offeror must provide adequate documentation in block 6 of the SF 255 to illustrate the extent of participation for the above-mentioned groups in terms of the percentage for the total anticipated contract effort. F. Volume of DoD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provide only 1 copy and should include: (1) organization of proposed project team, (2) responsibilities and authority of key project personnel, (3) relationship of project team to o verall organization of the firm (4) a quality control plan, and (5) in block 8c of the SF 255 include a Point of Contact and phone number.
 
Place of Performance
Address: US Army Corp of Engineers - Alaska - Military Works CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
Zip Code: 99506-6898
Country: US
 
Record
SN00237022-W 20030112/030110213530 (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.