Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 22, 2001 PSA #2813
SOLICITATIONS

C -- INDEFINITE DELIVERY-TYPE (ARCHITECTURAL ) CONTRACT FOR DIRECTORATE OF PUBLIC WORKS, WALTER REED ARMY MEDICAL CENTER, WASHINGTON, DC BUT MAY BE USED THROUGHOUT THE BALTIMORE DISTRICT

Notice Date
March 20, 2001
Contracting Office
Department of the Army, Baltimore District, Corps of Engineer, 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715
ZIP Code
21201-1715
Solicitation Number
DACA31-01-R-0015
Point of Contact
Contracting POC- Mary A. Riche (410) 962-4880;Technical POC -- Hung Nguyen (202) 782-0147
Description
1. CONTRACT INFORMATION: THIS PROPOSED PROCUREMENT IS SET-ASIDE FOR SMALL BUSINESS. Architect-Engineer services are required for one (1) Indefinite Delivery-Type (Architectural) contract for the Directorate of Public Works, Walter Reed Army Medical Center, Washington, DC but may be used throughout the Baltimore District. Services are required for site investigations, space planning, programming, surveys and geotechnical investigation, topographic surveys, preparation of DD Form 1391's, engineering studies, schematic design, design development, construction documents, specifications and construction administration services. Construction phase services may include shop drawing review, site visits and preparation of operation and maintenance manuals. Contract will be for a base period not to exceed 12 months and two option periods. An option period may be exercised when the contract amounts for the base period or preceding option period has been exhausted or nearly exhausted. Contract will be firm fixed priced. The amount of each contract period will not exceed $1,000,000.00. The total contract amount is $3,000,000.00. The anticipated award is September 2001. Location of the firm should be in the general geographical area of Washington, D.C./Baltimore, MD. 2. PROJECT INFORMATION: Concentration of work shall be in Architecture, with all other disciplines as sub-consultants. Work may consist of preparation of reports, studies, design criteria, designs and other general A-E services for alterations, renovation, maintenance and repair, and limited new construction projects. Specific tasks may include but are not limited to architectural planning and design, related studies, exterior/interior renovation of historic buildings, healthcare and biomedical laboratory facility repair and renovation, facility management/operations, repair and upgrades of M/E/P systems, and repair of roads/parking areas. Work may include: Preparation of design criteria documents, construction cost analysis, preparation of DD Form 1391's, facility condition surveys, hazardous material surveys, concept designs, final designs and construction phase services. Studies may include such work as: Surveying and documenting existing conditions for architectural, structural, utility system, life safety/fire safety code deficiencies; preparation of program for design for new facilities; design efforts may include facility upgrades to meet National Fire Protection Association (NFPA) Code and Joint Commission on the Accreditation of Healthcare Organizations (JCAHO) requirements, and upgrades to mechanical, electrical, and fire alarm systems. Projects will be designed in accordance with: MIL-HDBK-1191, DOD Medical and Dental Treatment Facilities Design and Construction Criteria; Uniform Federal Accessibility Standards (UFAS), Americans with Disabilities Act Accessibility Guidelines (ADAAG), American Association for Accreditation of Laboratory Animal Care (AAALAC), Food and Drug Administration (FDA), Centers for Disease Control and Prevention, National Institute of Health (NIH) Laboratory Design Guidelines, Occupational Safety and Health Administration (OSHA), the Installation Design Guide (IDG) for WRAMC, the Installation Master Plan, and requirements of National Capitol Planning Commission (NCPC), the Commission of Fine Arts (CFA), DC Historic Preservation (SHPO), and the Advisory Council on Historic Preservation (ACHP). Work will include asbestos and Lead based paint abatement, and other hazardous survey, testing and abatement. The deliverables are not required to be performed using a specific CADD system. However the firm will be required to provide any digitizing and/or translation services necessary to deliver the final design products in AUTOCAD Release 2000 (or newer) on compact disks (CD's). Graphic standards and leveling convention for all CADD drawings shall be based on "Tri-service architectural, engineering and construction (AEC) computer-aided design and drafting (CADD) standards". 3. SELECTION CRITERIA: See Note 24 for general A-E selection process. The criteria for selection in descending order of important will be (a) Specialized experience and technical competence of the firm and consultants in: (1) Design of Health care facilities, familiarity with Joint Commission on the Accreditation of Healthcare Organization (JCAHO) requirements. (2) Specialized experience in design of biomedical/animal research labs, familiarity with American Association for Accreditation of Laboratory Animal Care (AAALAC) requirements. (3) Experience in historic preservation/rehabilitation in the context of Georgian Revival architecture and in submissions to NCPA, CFA, and SHPO. (4) Experience with small to medium sized renovation projects with average construction cost of $1.0 million. Experience in surveying and documenting existing conditions for such projects. (5) The firm's ability to respond to multiple work orders concurrently, at least two design teams shall be shown in the organizational structure. (b) Qualified professional personnel shall be provided in the following key disciplines: medical/laboratory facility design and planning, historic architecture, interior architecture/design, landscape architecture, cost estimating, mechanical engineering, electrical engineering, fire protection, structural, civil engineering, industrial hygienist and operation and maintenance systems. Particular emphasis will be placed on the selection of the Project Manager leading the design team and interfacing with DPW/Walter Reed. DPW requires a person with substantial relevant experience, superior inter-personal skills, customer service orientation, and an inter-disciplinary approach to problem solving. The historic architect must have experience and knowledge of the National Historic Preservation Act, Section 106 consultation, NEPA, and Secretary of the Interior's Standards for Rehabilitation of Historic Structures. Registered or certified professionals are required in the following disciplines: architecture, mechanical, electrical, fire protection, interior design, industrial hygiene, structural, and civil engineering. The evaluation will consider education, training, registration, certification, overall and relevant experience, and longevity with the firm. (c) Experience producing quality designs based on an evaluation of a firm's design quality management plan (DQMP). The DQMP should include an organization chart and briefly address management approach, team organization, quality control procedures, cost control, value engineering, coordination of in-house disciplines and sub-consultants, and prior experience of the prime firm and any significant consultants on similar projects. (d) Experience of the firm and any consultants in similar size projects, past performance on DOD and other contracts with respect to quality of work, cost control, and compliance with performance schedules. (e) The availability of an adequate number of personnel in key disciplines. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements (Note 24 is written in detail in any Monday issue of the CBD). Interested firms having capabilities to perform this work must submit a SF255 and SF254 for the prime and joint venture(s) and SF254 for each sub-consultant to the address below, no later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business the next business day. The Baltimore District does not retain SF254's on file. The SF255 and SF254 shall clearly indicate the staffing of the office indicated to perform the work. In block 3b of SF255, provide the ACASS number for the prime firm, if available. In SF255, Block 6, provide the ACASS number of each consultant, (if available). If your firm does not have an ACASS number, it can be obtained from the Portland District Corps of Engineers ACASS database by calling (503) 808-4591. In SF255, Block 9, provide contract award dates for all projects listed in that section. Submit responses to U.S. Army Corps of Engineers, City Crescent Building, ATTN: Mary A. Riche, Rm 7000, 10 South Howard Street, Baltimore, MD 21201. Technical questions should be directed to Mr. Hung Nguyen at (202) 782-0147. Contracting questions can be directed to mary.a.riche@NAB02.usace.army.mil or (410) 962-4880. 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 an award of a Federal contract. For information regarding registration, contact (1) CCR Web site at http://www.ccr2000.com; (2) Dial up modem at (614) 692-6788 (User ID: ccrpub; Password: pub2ccri); (3) through any DoD Certified Value Added Network. Additionally, a paper form for registration may be obtained from the DoD electronic Commerce Information Center at 1-800-334-3414. Solicitation packages are not provided on this project. This is not a request for proposal.
Record
Loren Data Corp. 20010322/CSOL004.HTM (W-079 SN50G7B9)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on March 20, 2001 by Loren Data Corp. -- info@ld.com