Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2005 FBO #1147
SOLICITATION NOTICE

C -- Design of Clinic Replacement and Pharmacare Addition/Alterations, MacDill Air Force Base, Florida

Notice Date
1/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-5-R-0018
 
Response Due
2/24/2005
 
Archive Date
4/25/2005
 
Small Business Set-Aside
N/A
 
Description
POINT OF CONTACT FOR THIS PRESOLICITATION NOTICE IS MR. GEORGE POIROUX. PLEASE FAX QUESTIONS TO MR. POIROUX AT 251/690-2902. CONTRACT INFORMATION: A-E services are required for: site investigation, topographic survey, engineering studies, schemati c design (charrette), concept design, final design (option), and construction phase services (option) for the Design of Clinic Replacement and Pharmacare Addition/Alterations, MacDill Air Force Base, Florida. Construction phase services may include prepara tion of operation and maintenance manuals and shop drawing review & approval. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firm will be selected for negotiation based on demonstrated competence a nd qualifications for the required work. This announcement is open to all businesses regardless of size. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded in April 2005. If a large business is selected for this contr act, 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. The subcontracting goals for this contract are as follows: a minimum o f 50.9% of the contractor's intended subcontract amount be placed with small businesses (SB), 8.8% be placed with small disadvantaged businesses (SDB), 7.2% be placed with women-owned small businesses (WOSB), 2.9% be placed with HUB Zone small business, an d 0.5% be placed with Service-Disabled Veteran-Owned Small Business (SVOSB). If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals cannot be met. Selection of A-E firms is not base d upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. The North American Industry Classification System (NAICS) code for this action is 541330. PROJECT INFORMATION: This project will design an approximately 220,000 square-foot, multi-story new clinic replacement and addition/alterations of the existing pharmacare building at MacDill Air Force Base in Florida. The replacement clinic will house outpatient clinics includ ing Primary Care, Flight Medicine, Allergy/Immunization, Optometry and Ophthalmology, Dermatology, Orthopedics, Physical Therapy, Internal Medicine, Cardiopulmonary, Gastroenterology, Family Practice, Life Skills, BEE/Public Health, Urgent Care, Pharmacy, Radiology, Pathology, Dental Clinic, Administrative and Support space. Two satellite pharmacies currently operated out of the base exchange and in a separate pharmacare building will be consolidated with an addition/alteration of the pharmacare facility, t o include adequate queuing, waiting, and pick-up windows for patients, as well as improved supply storage, administration space, counseling rooms, new robotic dispensing equipment, and several drive-through windows to improve access. Other renovations incl ude work necessary to make repairs and improvements to the existing pharmacare facility. Support facilities include: utilities (water, sewer, gas, HVAC, steam), electric services, paving, walks, curbs, gutters, parking, fencing, storm drainage, communicati on and information systems, fire protection and alarm systems, and site improvements that include landscaping and a new access drive. Project will also include the demolition of the existing hospital and supporting medical buildings (approximately 240,000 gross square feet). Demolition design shall include asbestos and lead based paint surveys / abatement requirements. Project will be designed in accordance with: Unified Facilities Criteria (UFC) 4-510-1 (formally Military Handbook 1191), DoD Medical Milit ary Facilities Design Criteria; Uniform Federal Accessibility Standards (UFAS); Americans with Disabilities Act Accessibility Guidelines (ADAAG); UFC 4-010-01, DoD Minimum Antiterrorism Standards for Buildings. The design will be prepared using the English system of measurement. Construction cost estimates will be prepared using Corps of Engineers' Computer Aided Cost Estimating System (M-CACES GOLD). Software wi ll be provided by the Government. Design drawings will be produced in a format fully compatible with AutoCAD Version 2002 or higher. The specifications will be produced in SPECSINTACT using Unified Facilities Guide Specifications. Responses to design revie w comments will be provided using the Corps of Engineers DrChecks system. The estimated construction cost of this project is more than fifty million dollars. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (f irst by major criterion and then by each sub-criterion). Criteria A thru F are primary. Criteria G is secondary and will only be used as tie-breaker among technically equal firms. A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE of the firm and consulta nts in: (1) Design of new medical treatment and support facilities; (2) Life safety and fire protection design of medical facilities; (3) Design of alteration of existing medical treatment facilities; (4) Environment of Care Standards by Joint Commission for Accreditation of Health Care Organization; (5) Use of automated design tools described above (M-CACES, CADD, SPECSINTACT, and DrChecks); (6) Experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. B. PROFESSIONAL QUALIFICATIONS: The selected firm must have, either in-house or through consultants, the following key disciplines: project manager (1); architecture (3), mechanical (2), electrical (2), fire protection (1), structural (2), civil (2), and communication engineering (1); cost estimating (2); certified industrial hygienist (1); medical equipment planner (1); interior design (2). Resumes contained in Standard Form (SF) 330, PART I, Section E, Page 3 shall be completed for each discipline, and no more than the number indicated in parentheses by each discipline, i.e. ( ) shall be submitted. Resume shall not exceed one page. Registered professionals are required in the following disciplines: architecture, mechanical, electrical, fire protection, structural, certified industrial hygienist, and civil engineering. Interior Designer shall be either a registered architect with specialized experience in interior design, a registered interior designer or an NCIDQ certified interior designer and must demo nstrate experience in comprehensive interior design, including space planning, pre-wired workstations, furniture specification, and knowledge of the acquisition process including applicable FAR and funding limitations. The evaluation will consider educatio n, training, registration, overall and relevant experience, and longevity with the firm. C. DESIGN QUALITY MANAGEMENT PLAN (DQMP). Experience producing quality designs based on the firm's design quality management plan (DQMP). The DQMP should address man agement approach, team organization, quality control procedures, design-to-cost control, value engineering, coordination of in-house disciplines and subcontractors, and prior experience of the prime firm and any significant consultants on similar projects. D. PAST PERFORMANCE: Past performance on DOD and other contracts with respect to quality of work, cost control, and compliance with performance schedules. Evaluation will be based on established ACASS ratings and other credible documentation included in the SF 330. E. CAPACITY TO ACCOMPLISH THE WORK: Capacity to complete the concept design (35 percent) by Sep 2005 and the final design by Jul 2006. 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. KNOWLEDGE OF THE LOCALITY: Knowledge of climatic conditions, local/state building c odes, and permit requirements. G. (Applies only to Large Business Firms) SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS AND WOMEN-OWNED SMALL BUSINESS PARTICIPATION: Extent of participation of small businesses, small disadvantaged businesses, women-owned s mall businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform t his work must submit two (2) completed paper copies of their SF 330 (Architect-Engineer Qualifications) to U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. George V. Poiroux, 109 St. Joseph Street, Mobile, AL 36602; or P.O. Box 2288, Mobile, AL 36628-0001 not later than 3:00 P.M. Central Time on 24 February 2005. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.412 will be followed for submittals r eceived after 3:00 P.M. Central Time on the closing date specified in this announcement. Facsimile transmissions will not be accepted. SF 330 6/2004 edition must be used, and may be obtained from the Government Printing Office or from the following web sit e: http://contacts.gsa.gov/webforms.nsf/22f268ed0a398629852569a4006ed7cc?OpenView&Start=30. Use no smaller than 12 font type. Include ACASS number in SF 330, PART I, Section B, Block 5. To obtain ACASS number, call the ACASS Center at 503-808-4591. Limit response in Block F of the SF 330 to no more than 6 projects. Use no more than one page per project. In Block G 26 along with the name, include the firm the person is associated. In Block H describe the firm's overall DQMP. (A project-specific design quali ty control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission.) In Block H also indicate the estimated percentage involvement of each firm on the proposed team. Block H is limited to 20 pages. A Part II of the SF 330 is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. This is not a request for proposal. Solicitation packages are not provided and no addition al project information will be given to firms during the announcement period. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on 1 March 2005. Phone calls to discuss the solicitation are discouraged unless absolutely necessa ry. Personal visit for the purpose of discussing this solicitation is not allowed. To be eligible for contract award, a firm must be registered with the Central Contractor Registration database. For instructions on registering with the CCR, please see the CCR Web site at http://www.ccr.gov/
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN00735370-W 20050116/050114212155 (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.