SOLICITATION NOTICE
C -- DESIGN OF WASTE WATER TREATMENT PLANT,(FY13 MILCON-ARMY, PN 75165),JOINT-BASE LEWIS-MCCHORD, WA
- Notice Date
- 11/10/2011
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-12-R-0010
- Response Due
- 12/12/2011
- Archive Date
- 2/10/2012
- Point of Contact
- BOBBIE WEITZEL, 206-764-6692
- E-Mail Address
-
USACE District, Seattle
(barbara.a.weitzel@nws02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- PLEASE NOTE: THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NO SOLICITATION TO DOWNLOAD. ALL INFORMATION REQUIRED TO SUBMIT THE SF330 DOCUMENTS IS CONTAINED HEREIN. QUESTIONS PERTAINING TO THIS ANNOUNCEMENT SHOULD BE ADDRESSED TO ERIK LUNDSTROM AT ERIK.A.LUNDSTROM@ USACE.ARMY.MIL. Description 1. CONTRACT INFORMATION: The Seattle District Corps of Engineers has a requirement for an Architect-Engineer (A-E) services contract for the preparation of a design-build (D-B) request for proposal (RFP) solicitation package for the Waste Water Treatment Plant (WWTP), PN 75165, Joint-Base Lewis-McChord (JBLM), WA. 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. A E services required for the contract include: site investigation, planning, engineering studies, up to 35% concept design, and construction phase support services for the subject project. North American Industrial Classification System code is 541310, which has a size standard of $4,500,000 in average annual receipts. This announcement is an unrestricted acquisition open to all businesses regardless of size. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded in early 2012 and design completed by September 2012. 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 intends to subcontract. The subcontracting goals for the Seattle District which will be considered in the negotiation of this contract are: (1) at least 50% of a contractor's intended subcontract amount be placed with small businesses (SB); (2) at least 17% of a contractor's intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 18% of a contractor's intended subcontract amount be placed with women-owned SB (WOSB); (4) at least 4% of a contractor's intended subcontract amount be placed with service-disabled veteran-owned SB; (5) at least 8.5% of a contractor's intended subcontract amount be placed with veteran-owned SB; and (6) at least 10% of a contractor's intended subcontract amount to 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 Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. 2. PROJECT INFORMATION: The proposed project to be constructed using the solicitation prepared under this A-E design services contract is a new WWTP to serve JBLM, WA. The WWTP will incorporate a membrane bioreactor (MBR) treatment process to treat waste water. Key treatment processes will include: influent sewer and treatment plant connection; equalization basins; coarse screening and grit removal; fine screening; primary sedimentation basins; four-stage biological treatment process, including anoxic and aeration basins; membrane basins; ultraviolet light disinfection; sludge thickening; anaerobic digesters; sludge dewatering; administration building; distributed control system; yard piping and electrical utilities; standby generator; electrical and control systems; administration building and plant computer system. Support facilities for the new WWTP will include: site preparation; paving walks, curbs, and gutters; storm water drainage; site electrical and lighting; vehicle parking; building information systems; fire protection and alarm systems; video surveillance system installation; information systems; alarm detection and reporting system; mass notification system; automatic building sprinkler system; landscaping; and Energy Monitoring and Control Systems (EMCS). Applicable Sustainable Design and Development (SDD), Energy Policy Act of 2005 (EPAct05), and Energy Independence and Security Act of 2007 (EISA07) features will be provided. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Inside and outside plant communications shall be designed in accordance with the most recent version of the Army's I3A communication standards. The estimated construction cost of this project is $90,000,000. Facilities to be retained from the existing treatment plant will include: plant effluent pipeline and outfall; existing anaerobic digester (existing digester control building and primary digester 2 to be retained, and a new digester to be constructed); and belt filter press and drying beds for solids dewatering. Comprehensive interior design (CID) services, for both a structural interior design (SID) and furnishings, fixtures and equipment (FF&E) interior design services, are required. Access for individuals with disabilities will be provided. Cost estimates must be prepared using the current version of the Corps of Engineers Micro-Computer Aided Cost Estimating System (MCACES, MII). Quantity take-offs shall be provided using the current version of On-Screen Take-Off Software. MCACES software training is available through the Corps' Prospect training courses or through Project, Time and Cost (PT&C). The contractor shall be responsible for accomplishing designs and preparing drawings using computer-aided design and drafting (CADD) and delivering the Building Information Model (BIM) three-dimensional drawings in the latest version of Revit or Bentley software, and in electronic, digital format. Drawings shall be compliant with the current A/E/C CADD Standard available from the CADD/GIS Technology Center, Engineer Research and Development Center. The target platform is an Intel-based 1 GHz, 500 MB RAM personal computer, with a Windows 2000 operating system. The Government will only accept the final product for full operation, without conversion or reformatting, in the CADD software format, and on the target platform specified herein. 3. SELECTION CRITERIA: The selection criteria for this A-E services procurement are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Factors a-d are primary criteria. Factors e-g are secondary criteria; and will only be used as "tie-breakers" among firms that are essentially technically equal. Primary Criteria a. Specialized experience and technical competence in: (1) Design and commissioning of membrane bioreactor (MBR) treatment processes for municipal waste water treatment facilities. A-E firms with design experience, and experience packaging D-B solicitations for projects of this type, scope, and value, will be evaluated more favorably than those with design experience alone. (2) Sustainable design to LEED Silver (or higher); using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency; use of recovered and recycled 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 USGBC LEED 3.0 standards, evaluation and certification methods. (3) Producing quality designs based on evaluation of a firm's design quality management plan (DQMP). The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm and any significant subcontractors on similar projects. b. Qualified professional personnel with expertise in waste water treatment plant project design and commissioning in the following key disciplines: project management (architect or engineer), architecture, fire protection engineering, mechanical engineering, electrical engineering, communications engineering with Registered Communication Distribution Designer (RCDD) certification, structural engineering, civil engineering, cost engineering, landscape architecture, and interior design. The lead architect or engineer in each discipline must be registered to practice in the appropriate professional field. The evaluation will consider education, certifications, training, registration, overall and relevant professional experience, longevity with the firm, as well as expertise in the use of Corps of Engineers tools such as the RFP Wizard, ProjNet (DrChecks), SpecsIntact system and Unified Facilities Guide Specifications (UFGS) to prepare project specifications. A-E firms demonstrating greater experience in these areas of experience and expertise will be rated higher than those without such experience and expertise. Additionally, proposers including personnel with experience working as part of project delivery teams (PDTs) for projects listed under the 'Specialized Experience factor' (paragraph 3.a., above) will evaluated more favorably. c. Past performance on DoD and other contracts with respect to cost control, quality of deliverables, and compliance with performance schedules, as determined from PPIRS and other sources. Performance evaluations for projects demonstrating greater relevance to the subject project, in terms of type, scope, and value, will be evaluated more favorably. d. Capacity to submit the Draft D-B RFP by NTP + 60 days, and complete the (Corrected, 100%) D-B RFP by NTP + 180 days. The cost estimate submittals shall follow each D-B RFP submittal by no more than one week. The design effort will include a Charrette (w/ Charrette Summary), Draft D-B RFP, Final D-B RFP, and Corrected Final D-B RFP (back-checked) design review cycles. The Charrette and Draft D-B RFP reviews will include a two-week Government review cycle followed by a one (1) day review conference. The Corrected Final D-B RFP (back-check) review will include a one-week Government review followed by a conference call. The evaluation will consider the experience of the firm, and any consultants, in similar size projects, and the availability of an adequate number of experienced personnel in key disciplines. Secondary Criteria e. Extent of participation of SB (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. f. Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. g. Proximity of proposers', and any consultants, work location to Joint-Base Lewis-McChord, WA. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit copies of SF 330 Part I for the entire team, and copies of SF 330 Part II for the prime firm and all consultants. (Separate SF330 Part I forms for consultants and subcontractors are not required.) The SF 330 Part I is limited to fifty (50), 8.5" x 11" pages (not including cover and back pages, tabs/page dividers, or table of contents). Minimum font size is 10. Submit one (1) original and four (4) copies of the requested documents. Include the firm's DUNS number in SF 330, Part I, Section H.. In Section H, describe the firm's overall DQMP. 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. In Section H, also indicate the estimated percentage involvement of each firm on the proposed team. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. In accordance with DFARS 252.204-7004, all firms must be registered with the Central Contractor's Registration (CCR) prior to award of any government contract. To obtain information regarding registering in the CCR, call 1-888-227-2423, or log in to the internet web site at http://www/ccr/gov. FIRMS SLATED AS MOST HIGHLY QUALIFIED: To assist the Government in selecting the most highly qualified contractor, those firms slated as highly qualified may be interviewed or asked to submit supplemental responses. Submittals should be mailed or delivered to Erik Lundstrom, USACE Seattle District, CECT-NWS-S (Lundstrom) at 4735 E Marginal Way S, Seattle, Washington 98124-2329. Submittal packages are due not later than 2:00PM Pacific Standard Tim (PST) on Monday, 12 December 2011. Submittals received after this date and time will not be considered. Accordingly, firms are advised to plan for potential delays in delivery including, but not limited to, weather, traffic, building security, etc. No e-mail or facsimile submittals will be accepted. Elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. THIS PROCUREMENT IS UNRESTRICTED, OPEN TO BOTH LARGE AND SMALL BUSINESSES. Point of Contact Email your questions to Erik Lundstrom, Seattle District, US Army Corps of Engineers, at erik.a.lundstrom@usace.army.mil, (206) 764-6698.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-12-R-0010/listing.html)
- Place of Performance
- Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Zip Code: 98124-3755
- Record
- SN02621935-W 20111112/111110234602-20eac4f7043c54df29518ae1a457a34a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |