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 -- Architecht and Engineering Design Services

Notice Date
12/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Border and Transportation Security, Federal Law Enforcement Training Center (FLETC), Procurement Division, PRO-BLD 93, Glynco, GA, 31524
 
ZIP Code
31524
 
Solicitation Number
HSFLR040012
 
Response Due
1/21/2004
 
Point of Contact
Erin Wofford, Procurement Technician, Phone (912) 267-3297, Fax (912) 280-5343, - Erin Wofford, Procurement Technician, Phone (912) 267-3297, Fax (912) 280-5343,
 
E-Mail Address
erin.wofford@dhs.gov, erin.wofford@dhs.gov
 
Description
Architect-Engineer services are required for the design of multiple projects for the Federal Law Enforcement Training Center (FLETC), an agency of the Department of Homeland Security. The main campus is located in Glynco, Georgia, immediately adjacent to Brunswick, Georgia. Satellite campuses are located in Artesia, New Mexico; Cheltenham, Maryland; and, Charleston, South Carolina. Scope of the work includes architectural, mechanical, electrical, plumbing, fire protection, structural, civil, environmental, and any other required disciplines to perform pre-design studies, program development, investigations and evaluations, design and construction document production, cost estimates, construction phase services, building commissioning services, participation in an independent value engineering process, and other related services of the listed project types. The FLETC provides the requisite support and service facilities to foster and maintain a state-of-the-art law enforcement training facility. Such facilities may include but are not necessarily limited to firing ranges, driving ranges, dormitories, office buildings, classroom buildings, physical techniques training facilities, conference facilities including auditorium and food service, parking structures, campus utility and infrastructure, hazardous material storage facilities, and central utility plants. Projects may include new construction and/or major renovation and modernization as follows: (1)Classroom Buildings (All locations, ranging in size from 50,000 to 270,000 gross sq. ft.), (2)Driver Training Ranges and associated facilities (Glynco and Artesia locations), (3)Indoor and/or Outdoor Firearms Ranges (All locations), (4)Steam Distribution System Improvements (Glynco location), (5)Physical Techniques Facility (All locations), (6)Practical Exercise Facilities (All locations), (7)Dormitory/Student Housing (Glynco, Artesia, and Charleston locations), (8)Utilities Upgrades including roads, power, water, and/or sewer (All locations), (9)Office Buildings (All locations) and, (10)Cafeteria Renovation (All locations). The Government anticipates that the approximate construction cost of 36% of the projects may range in size from $600,000.00 to $5,000,000.00; 31% of the projects may range in size from $5,000,000.00 to $15,000,000.00; and 33% of the projects may range in size from $15,000,000.00 to $60,000,000.00. Architect-Engineer (A-E) firms will be required to work with a Construction Manager (at risk) firm at the completion of the Schematic Design Phase stage. A-E firms must agree to accept a relationship of trust and confidence and covenants with the Government to furnish the A-E's reasonable skill and judgment and to cooperate with the Construction Manager Contractor in furthering the interests of the Government. The purpose of this procurement is to select firms highly qualified to provide these architectural-engineering services. Due to the variety of projects anticipated, the selected firms must possess a wide range of professional services and experience in architecture and engineering for the law enforcement training facilities and the general types of facilities listed above. Design teams will be required to demonstrate considerable experience in designing firing ranges, driver training ranges, gymnasiums, classroom buildings, and dormitories. Experience must include an in-depth knowledge of related complex small arms ranges to include targetry and ballistic materials and classrooms with audiovisual systems. Environmental concerns include noise and lead impact considerations to the FLETC and the outlying communities. All members of the A-E team shall have the ability to produce all drawings and text documents using the most current FLETC software standards. Currently drawings are produced using AUTOCAD 2002. All text documents are produced using Word 2002 in the Specs INTACT, all spreadsheets are produced using Excel 2002. Firms will be evaluated based on the following criteria in the order of importance as listed: (1) Professional Qualifications necessary for satisfactory performance of required services. Minimum response shall include, but not be limited to, the relevant experience and qualifications of key personnel related to the types of facilities noted above and the experience of the proposed team members working together. (2) Firm’s Past Performance on Similar Projects. Minimum response shall include, but not be limited to, (a)Past performance on similar contracts with Government agencies maintaining project schedules and project budgets, (b) Past performance on similar contracts with private industry maintaining project schedules and project budgets, (c)Demonstration of user satisfaction with quality of work, and (d)Demonstration of having successfully worked on similar projects with a Construction Manager at risk. (3) Proven Team Experience with Listed Building Types. Minimum response shall include, but not be limited to: (a) Team experience and technical competence including complex engineering concepts and innovative design, (b) Experience in energy conservation, pollution prevention, waste reduction, and use of recovered materials. (c) Demonstration of knowledge of environmental laws and regulations as applicable to the identified locations. (4) Organization of Proposed Team. Minimum response shall include, but not be limited to: (a)Organizational structure and demonstrated ability to organize and manage similar contracts, (b)Management plan reflecting coordination of disciplines, quality control, and controls to maintain project schedule and construction costs. (c) Demonstration of team’s ability to accomplish the work in the required time. (5) Location. Firms shall demonstrate knowledge of the general geographical areas identified herein. Selected firms shall be required to possess, or demonstrate the ability to obtain, the necessary permits, registration and licenses that may be required to carry out the tasks ordered under this contract at the identified locations. This is a multiple award, indefinite delivery/indefinite quantity task order contract. Task orders will be competed among those firms obtaining contracts based on technical qualifications relative to the specific project. Award of this contract is anticipated approximately March 2004, for a base period of three (3) years with two (2) optional one-year extensions. If all design projects currently identified are awarded, the base 3 year period is estimated for approximately $30 million in fees and each one year option period is estimated at approximately $5 million to $10 million in fees. The Government does not guarantee that any of the currently identified design projects will be awarded based on this synopsis or the resulting contracts. The Government intends to make multiple awards. A guaranteed minimum amount of $10,000.00 will be ordered for each successful firm which receives a contract as a result of this synopsis. A-E selection procedures will be used in accordance with Part 36 of the Federal Acquisition Regulation (FAR) and selection will be non-project specific. Following an initial evaluation of the qualification and performance data submitted, interviews will be conducted, and five to seven firms considered to be the most highly qualified may be awarded a contract. Firms desiring consideration are invited to submit a letter of interest along with ONE copy each of completed SF 254 (SF254 must be provided for prime firm and each consultant firm) and SF 255. All SF 254s must be current reflecting a date not more than one year from the date of this notice. In addition to the information to be provided on the SF 254 and SF 255, the prime firm may submit up to a maximum of ten (10) sheets of supplemental information responding to the specific criteria plus five (5) representative photographs or graphic examples of relevant projects. Responses are due by 2:00 p.m. Eastern Standard Time, on January, 2004. Submittals received after this date and time are considered to be late and will not be considered in the selection of A-E firms under this announcement. Small business firms are encouraged to participate. The Government anticipates awarding at least fifty percent of the contracts to highly qualified HUBZone firms, i.e., if five contracts are awarded, at least three firms are expected to be HUBZone businesses or if six contracts are awarded, at least three firms are expected to be HUBZone businesses. Firms are advised that as required by the FAR 52.219-9, a large business successful offeror will be required to submit for approval, a subcontracting plan outlining which portions of the work to be subcontracted will be awarded to small businesses, veteran-owned small business, service-disabled veteran-owned small business, small disadvantaged businesses, women-owned small businesses, and HUBZone small businesses. This plan is not required with the submission of the SF 254s and SF 255s, but an acceptable subcontracting plan must be agreed upon prior to contract award to any large business. After the basic contracts have been awarded, a specific project will be awarded as a task order under the basic contract to the most highly qualified firm as determined by the A-E Evaluation Board using the selection criteria listed above. Additional information may be required at that time from the A-E’s awarded a contract to ensure the most highly qualified firm is selected. Additional information relative to the above specific projects is not available and requests for same will not be considered. Site visits will not be arranged during the submittal period. Primary NAIC is 541330 and 541310 but other NAICs in the Professional, Scientific, and Technical Services may be applicable for a specific project. All response are to be sent to: Department of Homeland Security; Federal Law Enforcement Training Center; 1131 Chapel Crossing Road; Glynco, GA 31524; Attn: Gail Ashurst; Procurement Division; Bldg. 93. The Contracting Officer for this project is Gail Ashurst, who may be contacted at 912-267-3176. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-DEC-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-JAN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/FLETC/PDDC20229/HSFLR040012/listing.html)
 
Place of Performance
Address: Glynco, Georgia; Artesia New Mexico; Cheltenham, MD; and Charleston SC
 
Record
SN00735652-F 20050116/050114213950 (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.