COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6, 2001 PSA #2992
SOLICITATIONS
C -- ARCHITECT-ENGINEER FOR THE FY04 MCA LIBRARY AND LEARNING CENTER PROJECT AT THE UNITED STATES MILITARY ACADEMY, WEST POINT, NEW YORK
- Notice Date
- December 4, 2001
- Contracting Office
- US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- CBAEN-02-0004-338
- Point of Contact
- Willien Cunningham, Procurement Assistant, 212-264-9123
- Description
- Location of work: United States Military Academy, West Point, NY. Background Information: A conceptual set of floor plans with narratives for the Library and Learning Center, referencing support utilities, a room-by-room program including identifying the size of the space and space usage with proposed finishes and supporting utilities was previously developed. This report was reviewed and approved by the USMA and Army Audit Agency. This information will be utilized by the AE selected under this solicitation as a guide in development of the construction documents. Scope of Services required: Construction of a new Library and Learning Center situated at the center of the Cadet Academic Zone (141,000 GSF). Renovation of part of the existing library to service the Archives functions (22,000 GSF). The new facility will integrate the Library and Learning Center functions. Library functions include Collections; User Services; Administration; Collection Development; Technical Services; Staff Support; Public Services; and Support Services. Included in the new facility will be two learning center components, the Center for Enhanced Performance (CEP) and the Center for Teaching Excellence (CTE). The old library will be partially renovated to house the Archives and Special Collections function of the library. Additionally, the new library will be equipped with elevators; internet and local area network connections; mechanical and electrical rooms; HVAC systems; steam heat with a connection to the USMA central steam distribution system; telecommunications and video equipment; fire detection and suppression systems; an energy monitoring and control system; pedestrian and vehicular access; comprehensive landscaping and interior design services. Installation of an intrusion detection system. Special architectural features such, as granite facing and local historic details are required because of the site's location in the Academy's historic district. Other significant site costs include the excavation and blasting of subsurface rock, plus blast monitoring and protection. Renovation of the existing library includes interior walls and finishes to be removed in preparation for new floor plan layouts. Upgrades will be performed as needed for electrical, lighting, HVAC and information systems. Supporting facilities include utilities; electric service, fire protection and alarm systems, paving, walks, curbs, gutters, storm drainage, information system, site improvements with asbestos, PCB and lead paint abatement. Comprehensive Interior Design services will be employed for the new interiors. Technical capability required: A/E services for the preparation of plans, specifications, analysis, reports, cost estimates, and construction services. Possible lead paint, contaminated soil, and asbestos/PCB abatement may be included. Topographic surveys and subsurface explorations may be included. The following specific abilities and disciplines are minimally required: Architectural, Historical Architectural, Civil, Electrical, Mechanical, Structural, Cost Estimating, Fire Protection Engineer, Surveying, Geo-technical, Environmental specialists, and Certified Industrial Hygienist. Firms must submit in their submission a plan for management of consultants, a plan for successful quality control and how they will integrate all design disciplines. Special Qualifications: Previous experience with the design of college and university level library and learning centers and experience in design within historically significant areas and spaces. In addition to previous experience working in an academic environment, the A/E should have previous experience working on active military installations. Previous experience with projects in confined space/areas and experience in maintaining building operations while construction is on-going. This project is located in the National Historic Landmark Cadet Zone area known as "The Plain". Therefore, the A/E should also have experience in masking or screening construction sites in context with the existing construction. The A/E as part of his submittal will include an execution plan which delineates how the work will be accomplished. Submittals should include in Section 10 of SF 255 examples of design work on similar projects that demonstrates the re-use of construction materials to achieve waste reduction and energy efficiency. Responding firms should indicate their ability to access an electronic bulletin board and Automated Review Management System ("Dr Checks") via a Hayes or Hayes compatible modem, through an IBM compatible PC. Past experience with the Corp's M-CACES Gold Cost Estimating program, or the firm's capability to use the program is required. In addition, the cost estimator and/or estimating sub-consultant should have expertise and knowledge in the changing dynamics of the current construction market in the Tri- state New York Area, with particular emphasis on the Mid-Hudson Valley Area of New York. Production of drawings (CADD) must be accomplished in the latest version of AutoCAD. Specifications and design analyses shall be prepared using MS Word 00. Plans and specifications will also be required in Electronic Bid Sets (EBS), which requires specifications to be in Portable Document Format (.pdf) and all Contract design files to be provided in Continuous Acquisition and Life-Cycle Support (.cal) format. Cost estimates shall be accomplished in the latest version of M-CACES. An Architectural prime is preferred. Fire Protection Engineering services is required. The firm must identify a Licensed Fire Protection/Detection Specialist and Designer for this contract. The firm must have working knowledge with Military Handbook 1008C, a.k.a, MIL-HDBK-1008C, dated 10 June 1997, Fire Protection for Facilities, Engineering Design and Construction. The Services and Qualifications of Fire Protection Engineers are shown in Section 1.5 of the MIL-HDBK-1008C, and a reiterated here: Major projects require the services and review of a qualified fire protection engineer. In addition, projects which involve design or modification of fire detection, fire suppression, or life safety systems shall require the services and review of a qualified fire protection engineer. A qualified fire protection engineer shall be an integral part of the design as it relates to fire protection. This includes, but is not limited to, building code analysis, life safety code analysis, design of automatic detection and suppression systems, water supply analysis, and a multi-discipline review of the entire project. For the purposes of meeting this requirement a qualified fire protection engineer is defined as an individual meeting one of the following conditions: a) An engineer having a Bachelor of Science or Master of Science Degree in Fire Protection Engineering from an accredited university engineering program, plus a minimum of 5 years' work experience in fire protection engineering. b) A registered professional engineer (P.E.) who has passed the National Council of Examiners for Engineering and Surveys (NCEE) fire protection engineering written examination.c) A registered P.E. in a related engineering discipline with a minimum of 5 years' experience dedicated to fire protection engineering. Fire Protection criteria shall conform to the requirements of the MIL-HDBK-1008C; the National Fire Codes, published by the National Fire Protection Association (NFPA), specifically NFPA 101, Safety to Life from Fire in Buildings and Structures, 2000 edition, except as modified within the MIL-HDBK-1008C; and portions of the Uniform Building Code (UBC), published by the International Conference of Building Officials, as specifically referenced within MIL-HDBK-1008C. Additional criteria includes portions of the Loss Prevention Data Sheets, published by Factory Mutual Engineering Corporation (FM), as specifically referenced within MIL-HDBK-1008C. Closing date for submitting SF255: 30 days after advertising date. If this date falls on a Saturday, Sunday, or Holiday the closing date will be on the next business day. Firms must submit their qualifications on 11-92 version of SF255 and SF254. SF254 should reflect the overall firms capacity, whereas, SF 255 should reflect only the personnel dedicated to the specific project referenced in the submittal. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted.If sub-consultants are to be utilized, a SF254 must be submitted for each sub-consultant. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted. PLEASE FILL OUT THE REPRESENTATIVES AND CERTIFICATIONS AND INSERT INTO THE SF 255 FORM. 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 541310/541330 (2) The small business size standard is $4.0 million dollars (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) Representations. (1) The offeror represents as part of its offer that it ( ) is, ( ) is not a small business concern. (2) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offeror represents, for general statistical purposes, that it ( ) is, ( ) is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a women-owned small business concern. (4) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a veteran-owned small business concern. (5) (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(4) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a service-disabled veteran-owned small business concern. (6) (Complete only if offeror represented itself as small business concern in paragraph (b)(1) of this provision). The offeror represents, as part of its offer, that -- (i) It ( ) is, ( ) is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR Part 126; and (ii) It ( ) is, ( ) is not a joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (b)(6)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. (The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture: ____________.) Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (7) (Complete if offeror represented itself as disadvantaged in paragraph (b)(2) of this provision.) The offeror shall check the category in which its ownership falls: ( ) Black American. ( ) Hispanic American. ( ) Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ( ) Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory of the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ( ) Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). (c) Definitions. As used in this provision -- Service-disabled veteran-owned small business concern -- (1) Means a small business concern -- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern," means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (a) of this provision. Veteran-owned small business concern means a small business concern -- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern," means a small business concern -- (1) Which is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a small, HUBZone small, small disadvantaged, or women-owned small business concern in order to obtain a contract to be awarded under the preference programs established pursuant to section 8(a), 8(d), 9, or 15 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall -- (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. (End of provision) In accordance with FAR Subpart 19.12 those offerors must address the extent of participation Of SMALL DISADVANTAGED BUSINESS concerns with their offer. SDB Target participation must be expressed as dollars and percentages of total SUBCONTRACTING value And a total target for SDB participation . SDB targets will be incorporated and contractors will be Required to report SDB participation. Offerors should describe how they derived SDB targets. Evaluation factors in descending order of importance: A. Primary Selection Criteria 1. Specialized experience and technical competence in the type of work required. 2. Professional qualifications necessary for satisfactory performance of required services. 3. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 4. Capacity to accomplish the work within the required time. 5. Knowledge of the locality and location in the general geographical area of United States Military Academy in West Point, NY provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encouraged to submit from any geographical area.6. Sustainable design using an integrated design approach and emphasizing environmental stewardship, especially 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; and development of healthy, safe and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design. B. Secondary Selection Criteria 1. Extent of participation of small business concerns, veteran-owned small business concerns, service-disabled veteran-owned small business concerns, HUB Zone small business concerns, small disadvantaged business concerns, and women-owned small business concerns. 2. Geographic Proximity in relation to location of U.S.M.A. 3. Volume of work previously awarded to the firm by the Department of Defense with the object of effecting an equitable distribution among qualified A/E firm, including small business concerns, veteran-owned small business concerns, service-disabled veteran-owned small business concerns, HUB Zone small business concerns, small disadvantaged business concerns, and women-owned small business concerns. Approximate start date of contract: Jun 2002 Approximate completion date of contract: Jan 2004 Small and small disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged firms in accordance with Public Law 95-507. Firms which have not previously applied for New York District projects and firms which do not have a current SF-254 on file with the New York District should submit two of the SF-254 with this initial response to CBD announcement. Firms using consultants should submit copies of the SF-254 for their consultants. a) Notification of all firms will be made within 10 calendar days after approval of the Final selection. Notifications will not be sent after pre-selection approval. The notification will say the firm was not among the most highly qualified firms and that the firm may request a debriefing. b) The A/E's request for a debriefing must be received by the selection chairperson within 30 calendar days after the date on which the firm received the notification. c) Debriefing(s) will occur within 14 calendar days after receipt of the written request. d) Copies of all SF 254's & SF 255's of all firms, who are not short listed, will be held for 30 calendar days after notifications are sent out. . Three (3) copies of the submittals should be sent to Ms. Willien Cunningham, CENAN-EN-M, Room 2037, 26 Federal Plaza, New York, NY 10278, (212) 264-9123.
- Record
- Loren Data Corp. 20011206/CSOL001.HTM (W-338 SN5143C6)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on December 4, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|