Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2003 FBO #0423
SOLICITATION NOTICE

C -- Study, Munitions Storage Area Development Plan & Design (Option), Langley Air Force Base, VA

Notice Date
1/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Norfolk - Military, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
DACA65-03-R-0012
 
Archive Date
4/27/2003
 
Point of Contact
Debora Gray, (757) 441-7551
 
E-Mail Address
Email your questions to US Army Engineer District, Norfolk - Military
(debora.s.gray@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 1.CONTRACT INFORMATION: Architect-Engineer services for munitions storage area development plan(ADP, study); Customer Concept Document(CCD), construction programming documents(DD Forms 1391), & design(option) at Langley Air Force Base, Virginia. This contr act is being procured IAW PL 92-582(Brooks A/E Act& FAR Subpart 36.6. Type of contract proposed is firm-fixed-price. Contractor will provide all labor, supervision, design engineering, management, materials, equipment, tools, supplies & transportation to p erform all work. Firms will be selected for negotiation based on demonstrated competence & qualifications for required work. One Contract will be negotiated & awarded. Contract should be awarded in MAR or APR 03, with study completed by AUG 03, preparation of CCD & development of DD Forms 1391 completed by DEC 03. If option is executed, completed design is due by JUN 05. Additional professional services are anticipated during construction & may be added pursuant to Changes clause(FAR 52.243-1, Alternate III ). Construction phase services may include, but are not limited to: preparation of Operation & Maintenance manuals, shop drawing & submittal reviews, systems commissioning, site visits, technical assistance, design of operating unit improvements & support services, startup services, site parking & circulation modifications, design modifications due to unforeseen site conditions or criteria changes & review of contractor value engineering change proposals. Announcement is open to all businesses regardless of size. If a large business is selected, it must comply with FAR 52.219-9, and provide a subcontracting plan on that part of work it intends to subcontract. Subcontracting plan is not required with this submission. Norfolk District's subcontracting goals,(c onsidered by contracting officer) are that a minimum of 58% of a contractor's intended subcontract amount be placed with small business, including 9% small disadvantaged businesses, 9% women owned small businesses, 3% veteran owned small business, 3% servi ce disabled veteran owned small businesses & 3% HUBZone. This procurement is classified under NAICS code 541310, which has a size standard of $4 M in average annual receipts. Wages & benefits of service employees(FAR 22.10) performing under these contracts must be at least equal to those determined by Dept. of Labor under the Service Contract Act, as determined relative to employee's office location(not location of work). Prospective contractors must be registered in the DoD Contractor Registration(CCR) dat abase to be eligible for award of a Federal contract. Information on registration & annual confirmation requirements may be obtained by contacting DoD Electronic Commerce Information Center at 1-800-352-9333, or http://www.ccr.gov. 2.PROJECT INFORMATION: Study/design team will analyze projected ammunition storage & handling requirements & existing conditions(capacity, condition, functionality of existing storage & upload assets, layout, quantity-distance, flight & safety restrictions , etc.) to determine project design & programming requirements. Design(Option) will incorporate design requirements & existing conditions to upgrade ammunition storage facility to meet all requirements. Estimated construction cost is $25M to $100M. Study includes minimum of two Alternatives. Alt. A: Demo 19 Facilities, 12 New Facilities: 200' x 100' Flight Office(70 person), Parking, 250' x 80' PGM Maintenance/admin(40 person), 2 x 40' Igloo's for JDAM storage(full size doors), 2 x 80' Igloo's for traileri zed missile storage(full size doors), 4 Bay Inspection/ Conventional Maintenance Facility/ admin(40 person), 100' x 100' Munitions Assembly Pad with LPS & phone, 150' x 50' Butler Building- Missile Storage, 150 - 50 Multi-Cube 2 ea 30 Bay facilities(5 Ba ys with IDS), 100' x 50' 2 Bay Equipment Maintenance/admin(20 personnel), 100' x 50' Butler Building-Inert training munitions storage, Undetermined Loading Dock(truck Offload). Alt. B : Demo 9 Facilities, 7 New Facilities: 200' x 100' Flight Office(70 person), Parking, 4 Bay Inspection/Conventional Maintenance Facility/admin(40 person), 100' x 100' Munitions Assembly Pad with LPS & phone, 150' x 50' Butler Building- Missile Storage, 100 ' x 50' Butler Building- Inert training munitions storage, Undetermined Loading Dock(truck Offload). Study will consider repair, modification & demolition including associated hazardous materials abatement of inadequate or undersized storage facilities, co nstruction of new storage facilities, hot pads for ammunition upload, aircraft parking pads, aprons, ground & tie down points & allow continued operation of ammunition storage area. Supporting facilities include access road, utilities, exterior lighting, t axiway lighting, site improvements, & landscaping. A-E services expected for study are field & site investigation, calculation of ammunition storage requirements, engineering studies, condition assessment, capacity calculation, functionality & operational layout assessment, requirements analysis, planning, schematic design, & development of DD Forms 1391 for all proposed construction to implement study results, feasibility & life cycle cost studies; parametric & construction cost estimates, economic analyse s, other engineering services & analyses for design services. A-E will be responsible for preparing ADP; CCD, & preparing DD Forms 1391 for each MILCON project. Drawings produced by scanning drawings of record or containing photographic images will be deli vered in a raster format compatible with AutoCAD electronic digital format. Report format will be MS Word & Adobe Acrobat Portable Data Format (.pdf). A-E services expected for design(Option) are engineering studies, topographic & utilities survey & geotec hnical report; sustainable design considerations; feasibility & life cycle cost studies; concept, preliminary & final design including preparation of construction phasing & schedule, plans & specifications, parametric & construction cost estimates, other engineering services & construction phase services(option), & analyses for design services. Design(option) will be prepared in English units. A-E will be responsible for design & drawing preparation using computer-aided design & drafting(CADD) software & d elivering three-dimensional drawings in AutoDesk AutoCAD software. All drawings produced for this contract will be in compliance with A/E/C CADD Standards as issued by CADD/GIS Technology Center http://tsc.wes.army.mil/products/st&ards/AEC/intro.asp). The Government will only accept final design products, without conversion or reformatting, in AutoDesk AutoCAD 2002 format(.dwg). Drawing files will also be delivered in Computer-aided Acquisition & Logistic Support(CALS) CCITT Group 4 raster format electronic digital format for solicitation purposes. Specifications will be produced in SPECSINTACT with Standard Generalized Markup Language(SGML) using Corps of Engineers Military Construction Guide Specifications. Specification files will also be delivered in Ado be Acrobat Portable Data Format(.pdf) for solicitation purposes. All disciplines will formulate & submit final design analysis product, including all revisions during the design process, at completion of the design process. Design analysis format will be A dobe Acrobat Portable Data Format(.pdf). Project will be IAW: DoD 6055.9-STD, DoD Ammunition & Explosives Safety Standards http://www.ddesb.pentagon.mil/ddesb/, Air Force Manual 91-201 Explosives Safety Standards http://www.e-publishing.af.mil/pubfiles/af /91/afman91-201/afman91-201.pdf, Air Force Instruction(AFI) 32-7062 Base Comprehensive Planning http://www.e-publishing.af.mil/pubfiles/af/32/afi32-7062/afi32-7062.pdf AFI32-1026, Planning & Design of Airfields, AFI32-7063, Air Installation Compatible Use Zone, AFI32-7061, Environmental Impact Analysis Process, AFI32-7064, Airspace/Range Management, AFI32-7065, Cultural Resources Management, AFI32-7060, Interage ncy & Intergovernmental Cooperation. AFI10-404 Base Support & Expeditionary Site Planning, AFI32-1021 Planning & Programming of Facility Construction Projects, DoD Antiterrorism/Force Protection requirements(UFC 4-010-01 & UFC 4-010-10), MILHNDBK 1190, AF I32-1024, Standard Facility Requirements, & AFI32-1023, Design & Construction Standards & Execution of Facility Construction Projects. 3. SELECTION CRITERIA: Selection criteria are listed below in descending order of importance(first by major criterion & then by each sub-criterion). Criteria a-e are primary. Criteria f through h are secondary & will only be used as a tie-breaker among fir ms that are essentially technically equal. a. SPECIALIZED EXPERIENCE & TECHNICAL COMPETENCE of firm, it's planners, designers & consultants: 1. Demonstrated experience by prime firm & its consultants in study & design of military, national, & private agency ammunition storage & handling facilities. (Experience with US Air Force criteria is desirable.) 2. Demonstrated proficiency in explosives safety & fire protection aspects of ammunition storage facilities. 3. Demonstrated experience by prime firm & its consultants in preparation of DD Form 1391, & CCD. 4. Demonstrated experience in planning construction phasing to allow continuous operation of munitions storage area during construction. 5. Study/design team must have experience in Antiterrorism design for Federal facilities(Experience with Antiterro rism Design for Department of Defense Buildings is preferred.) 6. Demonstrated proficiency in use of automated Programming Administration & Execution System(webPAX) & in use of automated design & estimating systems described in Block 4g, including PC-Cost, ISCE & ECONPACK, M-CACES, CADD, SPECSINTACT,& DrChecks. 7. Experience in energy conservation, pollution prevention, waste reduction, & use of recovered materials. 8. Experience with SPiRiT or LEED rating system for energy conservation & sustainability. b. PROFESSIONAL QUALIFICATIONS: 1. Study/design team must possess registered professionals in STRUCTURAL, ARCHITECTURE, MECHANICAL, ELECTRICAL, CIVIL, & L&SCAPE ARCHITECTURE disciplines. 2. Study/design team must include a PLANNER who has a degree in plann ing & is certified by the American Institute of Certified Planners. Planner will have a minimum of 1-year of ammunition facilities experience. 3. Qualified Fire Protection Engineer, The fire protection engineer will be a currently licensed/registered profe ssional fire protection engineer having a minimum of 5 years experience dedicated to fire protection engineering, & documented experience in ammunition storage/production facilities. 4. Personnel qualified in explosives safety, cost estimating, operation & maintenance systems management will be part of study/design team. Qualified means a professional degree in the source discipline with demonstrated experience in ammunition storage facility design & specifications. Evaluation will consider education, train ing, registration, overall & relevant experience, & longevity with firm. 5. Submit a draft Project Management Plan including team organization & proposed method of carrying out the work to meet specific project requirements & schedules. c. PAST PERFORMANCE ON DOD & OTHER CONTRACTS: 1. ACASS evaluations(superior performance evaluations on recently completed projects are advantageous); 2. Letters of evaluation/recognition by other clients; 3. Cost control & estimating performance as a perce ntage deviation between final estimate & low bid on similar TYPE & SIZE studies; 4. On-time delivery of studies/designs for DOD & similar projects. 5. Scheduled/ actual construction time, incorporating phasing compared to projection on similar type & size projects. 6. References: Firms are responsible for providing attached questionnaire to a minimum of three references who are then responsible for submitting completed questionnaire directly to point of contact provided on this solicitation. References m ust submit only relevant experience & by response date indicated above. The government assumes no responsibility if your reference does not fill out or provide a timely submittal of questionnaire. d. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Firms must demonstrate ability of their study/design team by: providing examples of quality work, present examples of management tools that validate competence with budgetary & scheduling constraints , & presenting a recent history of compliance with performance schedules. Demonstrate capacity to complete study by Aug 2003, programming documents, & Customer Concept Document by Dec 2003 & final design(option) by Jun 2005. Evaluation will consider experi ence of firm & any consultants in similar size projects, & availability of an adequate number of personnel in key disciplines. e. KNOWLEDGE OF THE LOCALITY: Project location is Langley Air Force Base, VA. Study/design team will be knowledgeable of local geologic features, climatic conditions, architectural context, & local laws, regulations, construction methods, & standards. f. GEOGRAPHIC PROXIMITY: Location of firm in the general geographic area of Norfolk District, COE is desired, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature & size of this project. g. SB & SDB PARTICIPATION: Extent of participation of small businesses including small disadvantaged businesses, women-owned, HUBZone, veteran & service disabled veteran small businesses, historically black colleges & universities, & minority institutions in proposed contract team, measured as a percentage of total estimated effort. h. VOLUME OF DOD CONTRACT AWARDS in the last 12 months with objective of effecting an equitable distribution of DoD A-E contracts among qualified A-E firms, including minority-owned firms, small business(SB) & small disadvantaged business(SDB) participatio n & firms that have not had prior DoD contracts, which will only be considered when used as a tie-breaker. Considerations may include: 1. ACASS retrievals; 2. Current workload as listed in Block 9 of SF 255; & 3. Equitable distribution of work among A-E fi rms as stated above. 4. SUBMISSION REQUIREMENTS: All requirements of this announcement must be met for a firm to be considered for selection. Interested firms having capabilities to do this work are invited to submit a single SF 255(11/92 edition) for study/design team & singl e copies of current SF 254(11/92) for prime firm & all consultants, to above address not later than 4:30 PM on response date indicated above. SF 255 will not exceed 1 single sided page per resume, in Block 7, a total of 10 projects in Block 8 & use no smal ler than 12-pitch type-font. Submittals by facsimile transmission will not be accepted & will be considered nonresponsive. Revised 11/92 edition of SF255(NSN 7540-01-152-8074) & SF254(NSN 7540-01-152-8073) is required. Forms may be obtained through GPO at( 202)512-1800 or via web http://contacts.gsa.gov/webforms.nsf/(formslist)?openform&count=1000&category=Standard+Forms&exp&view. SF 255 will clearly indicate staffing of office indicated to do work & must also include: a. Block 3: prime firm's ACASS # & d istance(in driving miles) from address of office to do work to Norfolk District. For ACASS information, call 503-808-4590 or visit https://www.nwp.usace.army.mil/ct/i/; b. Block 3a. Include your Data Universal Numbering System(DUNS) number & Commercial & G overnment Entity(CAGE) Code. c. Firms with more than one office - 1. Block 4: this block should reflect proposed project team, distinguishing, by discipline, between number of personnel in office to perform work & total number of personnel in firm; 2. Blo ck 7, provide resumes for all key team members, whether with prime firm or a subcontractor; list specific project experience for key team members, & indicate team members role on each listed project(project manager, architect, planner, design engineer, etc.) & identify where team member is located if different from SF 255, Block 3b. Block 7c: each key person's office location; d Block 7f: registrations must include year, discipline & state in which registered; e. Block 8b: Include a descriptive projec t synopsis of major items of work; f. Block 9. Indicate fee in terms of thousands of dollars, not percentage of work completed. Indicate contract award dates, number, & amount of fees awarded on DoD(Army, Navy, & Air Force) contracts during the 12 months p rior to this notice, including change orders & supplemental agreements for the submitting office only. g. Block 10. Selected firm must have computer connectivity(Internet access with 128 bit encryption, E-mail & a virus protection software) to access webPA X system, SPECSINTACT specification system; MCACES cost estimating system, & DrChecks review management system & communicate with government personnel. 1. Show accessibility to & familiarity with Construction Criteria Base(CCB) & Criteria Bulletin Board Sy stem(CBBS). 2. Show ability to produce Adobe Acrobat Portable Data(.pdf) format specifications. 3. Show familiarity with Corps of Engineers Computer Aided Cost Estimating System(M-CACES). 4. Show CADD capability with capacity to produce output files in Aut odesk AutoCAD 2002 format, including production of Computer-aided Acquisition & Logistic Support(.cal) format files in a Maxview slide show type reader file for solicitation purposes. 5. Show ability to produce CD-RW data disks. All transmission of electr onic files(report, drawings, & analyses will be accomplished on CD-RW disks in formats specified. 6. Describe owned or leased equipment that will be used to perform this contract. 7. Provide an organizational chart including all key elements of study/desig n team demonstrating firm's understanding of & ability to execute projects under the contract. 8. Describe demonstrated success in prescribing use of recovered materials & achieving waste reduction & energy efficiency in facility design [FAR 36.602-1(a)(6) ]. 9. Describe Quality Management practices. A project specific design quality control plan must be prepared & approved by the Government as a condition of contract award, but is not required with this submission. Prior to final selection, firms considered highly qualified to accomplish the work may be interviewed either by telephone or by formal presentation. 5. CONTINUITY OF EXPERTISE/REQUIREMENT FOR CONSULTANTS: A-E firm will use experienced, highly qualified professionals for each of the major design disciplines & for overall coordination of the design. Those professionals represented by A-E firm in SF 255 P roposal Document as those responsible for planning, design, design supervision, project management, or quality assurance will be retained in that respective capacity throughout project. Qualified consultants will be retained by A-E if in-house expertise is not suitably qualified. This expertise must remain available during entire course of project. Should substitution of original consultants or team members be required, Corps of Engineers, Norfolk District, will be notified immediately indicating the experi ence & qualifications of proposed replacements for Contracting Officer's approval; only equally qualified personnel will be considered. THIS IS NOT A REQUEST FOR PROPOSAL. SOLICITATION PACKAGES WILL NOT BE PROVIDED.
 
Place of Performance
Address: US Army Engineer District, Norfolk - Military 803 Front Street, Norfolk VA
Zip Code: 23510-1096
Country: US
 
Record
SN00247339-W 20030129/030127213359 (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.