Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2005 FBO #1412
SOLICITATION NOTICE

C -- DESIGN OF Army Center for Health Promotion and Preventive Medicine (CHPPM), Aberdeen Proving Ground, Maryland

Notice Date
10/6/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-05-R-0095
 
Response Due
11/7/2005
 
Archive Date
1/6/2006
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: Architect-Engineer services are required for a Firm Fixed Price contract for site investigation and development, planning, programming, survey and geotechnical report, engineering studies including vehicular traffic studies, fact-finding session(s)/design charrette(s), space planning, interior design, schematic design, concept design, cost engineering including parametric cost estimating, preliminary design, final design, construction cost estimating, construction phasing, obt aining all construction permits, and other engineering services and construction phase services for the subject project. Construction phase services may include preparation of operation and maintenance manuals, commissioning, shop drawing and construction submittal review and approval, site visits, and technical assistance. Services may include complete commissioning of the various building information systems, design and support, design of tenant improvements and support services, startup services, and tec hnical assistance. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is open to all businesses regardless of size. Award of the contract is anticipated in March 2006. SUBCONT RACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan is required to be submitted with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, 95-907, and 99-661. The plan is not required with this submittal. A minimum of 45% of the total planned subcontracting dollars shall be placed with small business concerns. At least 20% of total planned subcontracting dollars shall be placed with Small Disadvantaged Businesses (SDB), to incl ude Historically Black College and University or Minority Institutions, 10% with Women-Owned Small Businesses, 3% to HUB Zone small business firms, 3% with Veteran-Owned Small Businesses, and 3% Service Disabled Veteran-Owned small businesses. Baltimore Di strict (CENAB) encourages all small businesses to participate as primes and should consider teaming with other small businesses. The North American Industry Classification Code (NAICS) is 541330. The size standard for this procurement is $4,000,000 average annual receipts over the last 3 fiscal years. It is imperative that all small disadvantaged businesses contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, neithe r a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. 2. PROJECT INFORMATION: The project will construct a new 300,000 SF facility/campus at the Edgewood area of APG that will consolidate CHPPM functions into Administrative Area, Field Science Laboratories Area, and Laboratories Area with an estimated cost of $50-$100 million. The three groupings are proposed as the most effective and efficient way to provide the needed facilities due to the widely disparate structural and HVAC systems requirements for laboratory, warehouse and administrative functions. The de sign could result in three separate new facilities forming the CHPPM campus. The new facilities will comply with installation design standards. Exterior appearance will be compliant with base architectural standards. The project will include, but not be li mited to, laboratories; lab personnel workspace; mechanical space; operations space; special use areas; a field-readiness support facility to house supplies; maintenance shops; designated user storage space; field equipment storage; receiving/shipping load ing dock; inspection and testing areas; staging area; administrative and support functions. Air conditioning will be provided by self-contained units. Heating will be provided by steam-to-hot water conversion. Special features include laboratory gas system , laboratory ventilation and exha ust filtration system, and compressed air. Install an Intrusion Detection System (IDS) and fixed scientific equipment as Installed Building Equipment (IBE). Support facilities include utilities (electrical service, water, sewer, sanitary, gas, HVAC, steam) ; effluent steam sterilization; paving, walks, curbs, gutters; storm drainage, erosion control, parking; fencing; building information system; Energy Monitoring & Control System (EMCS); communications and information systems; fire protection and alarm syst ems; security systems; and site improvements including site demolition, landscaping and access drives. The project requires the permanent relocation of current CHPPM laboratory operations and functions undertaken at the APG Edgewood Area location. Four exi sting facilities will be returned to the installation for non-project use. Access for the handicapped will be required. This project includes demolition of existing facilities and related asbestos and lead-based paint surveys and abatement. The campus faci lities will be designed in accordance with Unified Facilities Criteria (UFC) 4-510-01 (MIL-HDBK-1191); DoD Medical Military Facilities Design Criteria; Biosafety in Microbiological and Biomedical Laboratories (BMBL), U.S. Department of Health and Human Ser vices, Public Health Service, Centers for Disease Control and Prevention and National Institutes of Health, Fourth Edition, May 1999; DoD Minimum Antiterrorism Standards for Buildings, UFC 4-010-01, and the Uniform Federal Accessibility Standards/Americans with Disabilities Act Accessibility Guidelines (UFAS/ADAAG). The project will include the use of Sustainable Project Rating Tool (SPiRiT). SPiRiT is a modified version of the U.S. Green Building Council LEED Green Building Rating System. A SPiRiT rating o f Gold is required for this project. Construction cost estimates will be prepared using the U.S. Army Corps of Engineers' Computer Aided Cost Estimating System (M-CACES GOLD), software that will be provided by the Government. The design will be prepared us ing the English system of measurement. Design drawings will be produced in CADD in a format fully compatible with AutoCad Version 2002 or higher. The drawings will be converted to Microstation Version SE 05.07.00.41 at the completion of the contract. Speci fications will be produced in SPECSINTACT using Uniform Facility Guide Specifications. Design review comments and their responses will be performed on Corps of Engineers Review Management System ProjNet/Dr-Checks. 3. SELECTION CRITERIA: See note 24 for ge neral selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria (a) through (e) are primary. Criteria (f) through (g) are secondary and will only be used as tiebreakers between technically equal firms. a. Specialized experience and technical competence of the firm and consultants in: (1) Design of new modern medical research laboratory facilities, including laboratories that support toxicology, epidemiolo gy, disease surveillance; design of animal holding areas; and support facilities. (2) Design of administrative areas that support medical laboratory facilities. (3) Life safety and fire protection design of medical research facilities. (4) Experience in en ergy efficient design, pollution prevention, elimination of toxic and harmful substances in facility construction and operation, efficient resource and materials utilization, waste reduction, and use of recovered materials. (5) Antiterrorism design includi ng familiarity with minimum DoD standards. (6) Special foundation design for unusual surface conditions. (7) Sustainable design including experience with SPiRiT/LEED evaluation and certification methods. (8) Knowledge of the locality of the project includi ng geologic features, environmental conditions, climatic conditions, local construction methods, and obtaining permits. (9) Experience in the use of automated d esign systems described above (MCACES GOLD, CADD, SPECINTACT and DrChecks). b. Key disciplines that are required to be registered and licensed (either in-house or consultants) and the minimum required number of each discipline are: project management (1), architect (2), industrial hygiene (1), mechanical engineering (2), electrical engineering (2), plumbing and process engineering (1), fire protection engineering (2), structural engineering (2), civil engineering (2), transportation and materials handling engineering (1), environmental engineer (1), cost engineering (1), commissioning (2), operations and maintenance of systems (1), x-ray shielding (1), and land surveyor (1). Other key disciplines that shall be presented (either in-house or consultants) and the minimum required number of each discipline are: biomedical engineering (2), laboratory equipment planning (2), interior design (2), acoustical (1), lighting (1), security (1), communications engineer (1), information technology (1), audio-visual (1), b iologist (1), chemist (1), landscape architect (1), and other required specialty support disciplines. Resumes contained in Standard Form (SF) 330, PART 1, Section E, Page 3 shall be submitted for each discipline for no more than the number of personnel ind icated in parenthesis above. Resumes shall not exceed one page. The lead fire protection engineer shall be a registered professional engineer, have a minimum of 2 years experience in the interpretation of NFPA 101 and/or the life safety requirements of mod el building codes, have at least two years experience in the design and/or review of fire suppression systems and fire alarm systems including review of shop drawings and hydraulic calculations for sprinkler systems and interpretation and application of th e National Fire Codes and/or other model building codes, have at least three years experience in the design of medical or medical research facilities, and at least three years experience in the testing of fire protection systems. The communications enginee r shall have a degree in electronics engineering or electrical engineering with at least five years experience in communications design including at least three years experience in the design of communications systems for medical or medical research facili ties, and experience in the testing of all systems required by this project. The lead electrical engineer shall have: 1. a degree in electrical engineering, 2. be a registered professional engineer in electrical engineering with at least 10 years of experi ence in the design of medical or medical research facility low voltage normal and emergency power, lighting systems and medium voltage distribution systems. 3. at least three years of total electrical design responsibility for medical or medical research f acilities. 4. be familiar with Corps of Engineer and industry criteria, guidance and standards. The lead commissioning specialist shall have: 1. a degree in mechanical engineering or electrical engineering, 2. at least five years experience in the commissi oning of medical or medical research facilities, 3. at least five years of field experience in the operation and troubleshooting of mechanical systems and energy management and control systems, 4. at least five years experience in the testing and balancing of air and water systems, and 5. at least five years experience in monitoring and analyzing system operation using energy management and control system trending and stand-alone data logging equipment. The X-ray shielding specialist shall have: 1. relevant certification from the American Board of Radiology or the American Board of Health Physics, or equivalent qualifications, and 2. particular knowledge and training in medical X-ray and gamma-ray shielding. Evaluation will consider education, training, regi stration, overall and relevant experience, and longevity with the firm. Availability of an adequate number of personnel in the key disciplines shall be presente d to insure that the firm can meet the potential of working on multiple tasks. c. Work management: A proposed management plan shall be presented that includes an organization chart and briefly addresses management approach, team organization, quality cont rol procedures, value engineering, cost and schedule control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their significant consultants on similar projects. The SF 330 shall clearly indicate the p rimary office where the work will be performed and the staffing at this office. d. Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules. e. Capacity to complete the concept d esign (35 percent) by July 2006 and the final design by September 2007. f. Extent of participation of small businesses including woman owned small business, small disadvantaged businesses, historically black colleges and universities, and minority institu tions in the proposed contract team, measured as a percentage of the total estimated effort. g. Volume of DoD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Inter ested firms must submit Parts I and II of the SF 330 for the prime firm and Part II of the SF 330 for each consultant. These forms shall be submitted to the above address no later than 4:00 P.M. 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. Only one copy of a submission (SF 330) is required at this time. The SF 330 shall have a page limit of 100 pages. Block H (Additional Information) is limited to 20 pages. A page is one side of a sheet. Font size shall not be less than 10 font and margins shall not be less than one inch. The Baltimore District does not retain SF 254s or SF 330 Part IIs on file. Telephone or i n person interviews will be conducted with the short listed firms. 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 award of a Federal contract. Information regarding registration can be obtained online at www.ccr.gov or through CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4725 or through the Business Partner Network (BPN) at bpnsesupport@dlis.dla.mil. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two sepa rate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dunn and Bradstreet at 1-866-705-5711. Mailing address to send proposals: U.S. Army Corps of Engineers, City Crescent Building, ATTN: Ms. Linda M. Evans, CENAB-CT-A, 10 South Howard St., Room 7000, Baltimore, MD 21201. All contracting questions should be directed to Ms. Linda M. Evans or Ms. Mary A. Riche. Ms. Evans can be reached at 410-779-7542 and via Internet linda.evans@usace.army.mil. Ms. Riche can be reached at 410-962-4880 and via Internet mary.a.riche@nab02.usace.army.mil. All technical questions should be directed to Mr. Edmond Lazarus, (410) 962-4402 or edmond.p.lazarus@NAB02.usace.army.mil. Solicitation packages are not provided. P ersonal visits for the purpose of discussing this announcement will not be scheduled. This is not a request for proposal.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21201
Country: US <SOURCE>ftpArmy
 
Record
SN00910757-W 20051008/051006212153 (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.