Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2004 FBO #0774
SOLICITATION NOTICE

C -- Architect-Engineering Services for Design OF Chemical, Biological and Radiological (CBR) Sample Receiving Facility, Aberdeen Proving Ground, MD

Notice Date
1/8/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-04-R-0017
 
Response Due
2/9/2004
 
Archive Date
4/9/2004
 
Point of Contact
Susan Sonenthal, 410-962-7646
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore
(susan.j.sonenthal@nab02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
W912DR-04-R-0017 Architect-Engineering Services for Design OF Chemical, Biological and Radiological (CBR) Sample Receiving Facility, Aberdeen Proving Ground, MD. CONTRACT INFORMATION: Architect-Engineer services are required for a Firm Fixed Price co ntract for site investigation, planning, programming, survey and geotechnical report, engineering studies (including vehicular traffic), space planning, interior design, schematic design, preliminary design, final design, parametric and construction cost e stimating, construction phasing, and other engineering services and construction phase services for the subject project. Construction phase services may include preparation of operation and maintenance manuals, shop drawing and construction submittal revie ws, site visits, and technical assistance. Services include complete commissioning of the various building information systems, design and support, design of tenant improvements and support services, startup services, and assistance. This announcement is o pen to all businesses regardless of size. Award of the contract is anticipated in May 2004. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it plans to subcontract. The plan is not required with this submittal. 2. PROJECT INFORMATION: The project is required to provide facilities to receive, triage, sample and analyze unknown materials in a safe, secure and environmentally compliant manner. It wi ll provide facilities supporting 24/7 operations requiring engineering controls for safe handling of samples that may contain lethal chemical agents, biological agents, biological toxins (mid-spectrum agents), radio nuclides, as will as potential energetic materials. Special design features include a full containment cell capable of containing and surviving a blast equivalent up to 5 lb TNT with no resulting damage to other areas of the containment cell or surrounding facility. A second larger biocontainmen t chamber is to be capable of containing overpressures resulting from up to 50 grams of high explosive. Facilities must be designed for a gamma irradiator, and to support the safe handling of chemical and biological agents through the employment of high th roughput, robotic sample screening and analysis systems. Laboratory facilities are required for analysis of chemical agents, BSL-3 suites, forensics analytical lab and storage, a suite of high security agent storage areas, packaging and transfer labs. All areas will require low level monitoring systems, intrusion detection systems, mechanical and electrical systems to include 100 percent conditioned make-up air, fume hoods glove boxes, high efficiency gas absorbent filter units, emergency generator and unin terruptible power supply, and fire protection and alarm and building information systems. Project includes mechanical, electrical, fire protection, redundant power and information systems, and installation of access control and intrusion detection systems (IDS). The project design will involve the partial demolition of the partially constructed Chemical Demilitarization Building. The design is planned to alter the partially constructed Process Auxiliary Building for the functions of the Sample Receipt Facil ity. Design provisions must also be made to address accommodating the design on an alternate site based on the outcome of the NEPA process. Alternate sites will be identified. The project is required to support ECBC, the nation??????s leader in the receipt , handling and analysis of unknown CRB samples. Supporting facilities include metered electric service, metered water, metered natural gas, sewer, and steam lines, paving, sidewalks, curbs, gutters, storm drainage, site improvements, landscaping, and infor mation systems. The electric meter must be identical to the existing electronically programmable Schlumberger or ABB meter systems. Metered utilities must be compatible with EMCS for remote reading capability. EMCS system must be Direct Digital Control, Johnson Metasys System. Access for the handicapped will be provided. Heat and air conditioning will be provided by self-contained unit(s). Construction cost es timates will be prepared using the Corps of Engineers Computer Aided Cost Estimating System (M-CACES) (software provided by Government). Anti-terrorism/Force Protection (AT/FP) measures include laminated glass, access control structure, passive vehicle bar riers and double security fence. Specifications will be produced in SPECSINTACT using Uniform Facility Guide Specifications. Design review comments and their responses will be performed on Corps of Engineers Review Management System ProjNet/Dr-Checks. The estimated construction cost of this project is between 20 and 30 million dollars. 3. SELECTION CRITERIA: See 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 through e are primary. Criteria f through g are secondary and will only be used as tiebreakers between technically equal firms. a. Specialized experience and technical competence of the firm and consultants in: (1) Expe rience in the design of chemical, biological, and radiological sample receipt facilities. (2) Experience in the design of spaces and systems to support state-of-the-art microbiological detection systems. (3) Experience in the design of facilities that addr ess controls for safe handling of the following: lethal chemical agents, biological agents up to BSL-III, biological toxins (mid-spectrum agents, radio nuclides, potential energetic materials up to 5 lb TNT equivalent, and gamma irradiators. (4) Experience in designing biological, chemical, and radiological testing and evaluation facilities. (5) Familiarity with Department of Defense anti-terrorism/force protection (AT/FP) design criteria and construction standards. (6) Experience in special foundation desi gns for unusual surface conditions. (7) Knowledge of the locality of the project including geologic features, environmental conditions, climatic conditions, local construction methods, and obtaining permits. b. Key disciplines that are required to be regi stered and licensed are: project management, architect, biologist, chemist, landscape architect, mechanical, electrical, fire protection, structural, civil, transportation, environmental, cost estimating, industrial hygiene, and land surveyor. Other key di sciplines that shall be presented are: interior designer, acoustical, lighting, security, communications engineering, information technology, audio-visual, plumbing, and other required specialty support disciplines. The fire protection engineer shall be a registered professional engineer, have a minimum of 5 years experience dedicated to fire protection engineering, and have one of the following: (1) a degree in Fire Protection Engineering from an accredited university, (2) passed the National Council of Ex aminers for Engineering and Surveys (NCEES) fire protection examination, or (3) be registered in an engineering discipline related to fire protection engineering. The evaluation of these disciplines will consider education, training, overall and relevant e xperience and longevity with the firm. The availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the potential of working on multiple task orders. c. Work management: A proposed manageme nt plan shall be presented that includes an organization chart and briefly addresses management approach, team organization, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime f irm and any of their significant consultants on similar projects. The SF255 shall clearly indicate the primary office where the work will be performed and the s taffing at this office. d. Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules. e. Capacity to complete the concept design (35 percent) by Oct 2004 and the final design by M ay 2005. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. f. Extent of participation of small businesses including woman owned small business, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Volume of DoD contract awards in the last 12 months as described in Note 24. 4. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, 95-907, and 99-661. T he plan is not required with this submittal. A minimum of 45% of the total planned subcontracting dollars shall be placed with small business concerns. At least 20% of total planned subcontracting dollars shall be placed with Small Disadvantaged Businesses (SDB), to include Historically Black College and University or Minority Institutions, 10% with Women-Owned Small Businesses, 3% to HUB Zone small business firms, 3% with Veteran-Owned Small Businesses, and 3% Small-Disadvantaged Veteran-Owned. Baltimore D istrict (CENAB) encourages all small businesses to participate as primes and should consider teaming with other small businesses. The North American Industry Classification Code (NAICS) is 541330. The size standard for this procurement is $4,000,000 averag e annual receipts over the last 3 fiscal years. It is imperative that all small disadvantaged businesses contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, neith er a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. 5. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms must submit an SF255 for prime and SF 254s must be submitted for the prime and for each consultant. These forms shall be submitted to the above address not later than 4:00PM on 9 February 2004. The SF 255 and SF 254 shall clearly indicate the staffing of the office indicated to do the work. Only one copy of a submission (SF 255/SF254) is required at this time. The Baltimore District does not retain SF 254s on file. In block 9 of the SF 255, the prime shall provide contract award dates for all projects listed in that section. Telephone or in person interviews will be conducted with the short listed 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 c ontract. Information regarding registration can be obtained online at www.ccr.gov or through CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4725. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying dif ferent CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register su bsidiaries and other entities, call Dunn and Bradstreet at 1-866-705-5711. Mailing address to send proposals: US Army Corps of Engineers, 10 South Howard St., Room 7000, Baltimore, MD 21201, ATTN: Susan Sonenthal. Mrs. Sonenthal can be reached at 410-962- 7646 and via Internet susan.j.sonenthal@usace.army.mil. Solicitation packages are not provided. Personal visits for the purpose of discussing this announcemen t will not be scheduled. This is not a request for proposal.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN00500732-W 20040110/040108212250 (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.