SOLICITATION NOTICE
C -- SUBJECT: ARCHITECT-ENGINEER SERVICES FOR THE DESIGN OF THE C-5 FUEL CELL HANGAR AT WRIGHT PATTERSON AFB, OHIO
- Notice Date
- 3/18/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-04-R-0017
- Response Due
- 4/20/2004
- Archive Date
- 6/19/2004
- Point of Contact
- Jennifer Anderson, 502-315-6176
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Louisville
(jennifer.j.anderson@lrl02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1.This is an unrestricted procurement open to participation by both large and small business. If a large business is selected, the firm must comply with FAR 52.219-9, and Public Law 95-507 regarding the requirement for a subcontracting plan to be su bmitted prior to award. The current subcontracting goals are 57.2% to Small Business, 10.0% to Small Disadvantaged Business; 10.0% to Woman Owned Small Business, 3.0% to Service Disabled Veteran Owned Small Business, and 3.0% to HUBZone Small Business. To be eligible for award, a firm must be registered in the DoD Central Contractor Registration (CCR) database via the CCR internet site: http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. A negotiated Firm Fixed-Price Contract will be utilized to obtain the proposed services. The estimated construction cost is between $10 million and $20 million. Estimated starting and completion dates are July 2004 and July 2005 respectively. The construction will be sol icited using the sealed bid approach; therefore, the design services include preparation of final plans and specifications with supporting design analysis and construction cost estimate. The A/E contract will have an option for construction phase services . The District places considerable emphasis on A/E quality control procedures and requires independent technical review of product submittals, as the District performs the quality assurance role only. The selected A/E firm will be solely responsible for the design produced, and will be the Designer of Record. 2. Project Information: The new building is a fuel cell maintenance hangar for C-5 aircraft, totaling approximately 35,143 square feet. It houses fuel cell maintenance tools and spare parts sto rage. Site work will include topographic, utility and geotechnical surveys. Design work will include a high expansion foam fire protection system, environmentally compliant fuel ventilation systems, controlled waste, flammable storage, demolition, paving , communications, utility investigation, evaluation and implementation of current Antiterrorism and Force Protection (ATFP) criteria, structural interior design and appropriate and cost effective integration of sustainable design principles (energy conserv ation, recovered materials). CADD drawing files must be produced or accurately translated into Microstation; specifications must be produced using Specsintact software, and construction cost estimating will be accomplished using Micro-Computer Aided Cost Estimating System (MCACES) software provided by the Government. 3. Selection Criteria: The specific selection criteria (a??????d being primary, and e-g being secondary) in descending order of importance are as follows and must be documented within the SF 255: a) Professional Qualifications: Qualified Professionals are required in the following key disciplines: Project Management (individual shall be an architect or an engineer), Architecture, Civil, Structural (independent of civil), Electrical, fire protection, and Mechanical. In these key disciplines a separate designer and a checker are required in each field, with the exception of the PM where only one qualified professional is required. The designer and checker in each field must be professiona lly registered in the United States, a U.S. possession, Puerto Rico, or the District of Columbia. In addition, the following requirements for the electrical engineer and fire protection engineer must be met and identified in the respective resumes: The electrical engineer must have demonstrated experience designing with explosion proof fixtures. The fire protection engineer must have at least 5 years of full time fire protection experience including design of high expansion foam fire protection systems ; and demonstrating one of the following: (a) a degree in Fire Protection Engineering from an accredited university, (b) passed the National Council of Examiner s for Engineering and Surveys (NCEES) fire protection engineering examination; or (c) registration in an engineering discipline related to fire protection engineering. The fire protection engineer shall have no other duties. The evaluation will consider e ducation, certifications, training, registration, overall and relevant experience, and longevity with the firm. b) Specialized Experience: 1). Recent multi-discipline experience and technical competence (within the past 5 years) of the firm and the propos ed team in the activities identified above, i.e. the design of military aircraft hangars for the Department of Defense to include experience by both the firm and key personnel in the design of federal projects using high expansion foam fire protection syst ems. 2) Specialized experience and technical competence of the firm and proposed design team in the incorporation of secure voice and data communications, ATFP criteria, explosion proof fixtures, Life Safety and Fire Protection measures into a building mus t be demonstrated. 3) Technical competence in the use of M-CACES for cost estimating and SpecsIntact for specification writing must be documented. 4) Firms must document technical competence with MicroStation, which is the preferred format for electronic drawing development and required for compatibility with the customer??????s software. Any CADD system may be used, but submittals must be accurately translated to a MicroStation format. If translations are necessary, detailed quality control procedures must be in place to ensure accurate translations. 5) Technical competence in producing quality designs based upon evaluation of the firm??????s Design Quality Management Plan including an explanation of the firm??????s management approach, management of s ubcontractors, quality control procedures and an organizational chart showing the inter-relationship of management and various team components must be shown in Block 10. 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. c) Past Performance: Submit evidence of past performance on contracts with the Department of Defense and private in dustry with respect to cost control, quality of work and compliance with performance schedules. List recent awards, commendations or other superior performance indicators (do not submit copies). d) Capacity: Capacity to complete the work in the requir ed time considering the firm??????s present workload and availability of the proposed project team for the specified contract performance period; and the ability to sustain the loss of key personnel yet accomplish the work within the required time limit. T he evaluation will consider the experience of the firm and any consultants on similar size projects, and the availability of an adequate number of personnel in key disciplines. e) Knowledge of Locality: Demonstrate specific knowledge of the locality of th e project and its probable site conditions; e.g., seismic design, karst topography, to include local building codes and practices. f) Volume of Work: Firm will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve mon ths with the objective of effecting an equitable distribution of contracts among qualified A-E firms including small and small disadvantaged business firms and firms that have not had prior DOD contracts. g) Extent of participation of Small Business inclu ding Woman Owned Small Business, Small Disadvantaged Business, Historically Black Colleges and Universities, and Minority Institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. Submittal Requirements. Inter ested firms having the capabilities to perform this work must submit an SF 255 to the address listed below no later than close of business (4:30 pm local time) on 20 April 2004. This is not a request for proposal. Solicitation packages will not be provided. Facsimile transmissions will not be accepted. The SF 255 will be no longer than 125 pages in length, and Block 10 will be 10 pages or less in length. Front a nd back side use will count as a single page. In Block 10 also indicate the estimated percentage involvement of each firm on the proposed team. Each firm/consultant listed within the SF 255 must have a current SF 254 (submitted within the last 12 months) o n file with the Corps of Engineers, or one must be submitted with this package. The ACASS number of the office performing the work must be identified in Block 3b of the SF 255. ACASS numbers may be obtained by contacting the Portland Corps of Engineers we bsite at http://www.nwp.usace.army.mil/ct/ or by contacting the Portland office at (503) 808-4591. Release of each firm??????s status will occur within 10 days after approval of the selection. U.S. Army Corps of Engineers, 600 Martin Luther King Jr. Place, Room 821, Louisville, KY, 40202-2230. See Note 24
- Place of Performance
- Address: Wright Patterson Air Force Base, OH 2475 K Street, Bldg 52 Wright Patterson AFB OH
- Zip Code: 45433
- Country: US
- Zip Code: 45433
- Record
- SN00549793-W 20040320/040318214029 (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 |