Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2005 FBO #1487
SOURCES SOUGHT

C -- Fixed Price Architect-Engineer Contract for Design and Preparation of Request for Proposal Solicitation for FY08/09 Clinic Replacement, Tinker Air Force Base, Oklahoma

Notice Date
12/20/2005
 
Notice Type
Sources Sought
 
Contracting Office
US Army Engineer District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-06-R-2007
 
Response Due
1/23/2006
 
Archive Date
3/24/2006
 
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, topographic survey, foundation design, space planning, engineering studies including vehicular traffic studies , sustainable design, interior design, fact-finding session/design charrette, concept design, final design, parametric and construction cost estimating, construction phase services, and other services for the subject project. Construction phase services m ay include preparation of Operation and Maintenance (O&M) manuals, shop drawing and construction submittal review and approval, site visits, and technical assistance. Other services will include Comprehensive Interior Design (CID), commissioning design an d support, design of tenant improvements and support services, and startup services. This announcement is open to all businesses regardless of size. Award of the contract is anticipated sometime in FY 2006. All responders are advised that this requireme nt may be cancelled or revised at any time during the solicitation, evaluation, selection, and negotiation, final award date may vary, and final completion date may vary. If a large business is selected for this contract, 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, but will be required from those firms selected for the interview phase. 2. PROJECT INFORMATION: This project will require the design of a modern, multi-story facility to include a 153,000 gsf medical clinic, a collocated, 20,000 gsf dental clinic as well as a stand-alone 4,500 gsf medical reserve squadron facility. Exterior canopies are also required. The project will include, but not be limited to, Public Health, Immunizations, Ambulatory Surgery and recovery services, Orthopedics, Optometry, Life Skills, Physical Therapy, Pharmacy, Radiology, Flight Medicine, Obstetrics/Gy necology, Laboratory, TRICARE administration, education and training, and administrative and support functions. Support facilities will include: utilities (water, sewer, gas, steam and electric services, and permits); site improvements including roadways, parking, walks, fencing and storm drainage; communications and information systems; fire protection and alarm systems; landscaping buffers and additional site amenities, public access space; and demolition of the existing clinic and a medical warehouse. T he project site is a shallow bowl that slopes 18-20 vertical feet down from street level to a nearby pond. Anti-Terrorism/Force Protection (AT/FP) measures will be included. Project will be designed in accordance with Uniform Facilities Criteria (UFC) 4- 510-01, Design: Medical Military Facilities [formerly MIL-HDBK-1191, DoD Medical Military Facilities Design and Construction Criteria]; the Americans with Disabilities Act and Architectural Barriers Act Accessibility Guidelines for Buildings and Facilities ; and UFC 4-010-01, Design: DoD Minimum Antiterrorism Standards for Buildings. The project will include the use of the Sustainable Project Rating Tool (SPiRiT). SPiRiT is a modified version of the U.S. Green Building LEED Green Building Rating System. T he design will be prepared in the English system of measurement. Construction cost estimates will be prepared using the Corps of Engineers Computer Aided Cost Estimating System (M-CACES GOLD) (software to be provided by the Corps of Engineers). Design dr awings will be produced in CADD in a format fully compatible with AutoCAD Version 2002 or higher. Specifications will be produced in SPECSINTACT using Unified Facilities Guide Specifications (UFGS). Responses to design review comments will be provided on Corps of Engineers Dr. Checks review comment management system. Project may include asbestos abatement and lead based paint abatement in connection with demolition of the existing clinic an d medical warehouse. The estimated construction cost of this project is between 50 and 100 million dollars. 3. SELECTION CRITERIA: See note 24 for general 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 any consultants in: (1) Design of new medical/dental treatment facilities and support facilities, (2) Life safety and fire protection design of such facilities, (3) Designing within cost li mitations, (4) Environment of Care Standards by the Joint Commission for Accreditation of Healthcare Organizations, (5) Knowledge of the locality of the project including geologic features, climate conditions, architectural context, local construction meth ods and materials, and local/state building codes and permit requirements, (6) Experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials, (7) Use of automated design tools described above (M-CACES GOLD, CA DD, SPECSINTACT, and Dr. Checks). b. Qualified currently licensed/registered professional personnel, either in-house or with consultants, in the following key disciplines and in the minimum number indicated for each discipline: project management (1); architecture (2); fire protection engi neering (2); sustainability design (1); landscape architecture (1); mechanical engineering (2), electrical engineering (2), structural engineering (1), civil engineering (1); cost engineering (1); commissioning (1); plus industrial hygiene (certification) (1). Other key disciplines to be submitted: medical/dental treatment facility planning (2); medical/dental equipment planning (1); interior design (1); communications engineering (1); X-ray shielding (1); and systems O&M (1). Only the lead engineer in eac h discipline is required to be professionally licensed where more than one engineer is represented. Resumes contained in Standard Form (SF) 330 Architect-Engineer Qualifications, PART 1, Section E, Page 3 shall be submitted for each discipline for no more than the number of personnel indicated in parenthesis above. Resumes shall not exceed one page. Availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the potential of working on multip le tasks. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. The lead fire protection engineer shall be registered as a professional fire protection engineer with the National Council of Examiners for Engineering and Surveys (NCEES) or, if registered as a professional engineer in a related engineering discipline, sh all have a minimum of five years of experience dedicated to fire protection engineering including a minimum of three years of experience in the design of medical/dental facilities, a minimum of three years of experience in the testing of fire protection sy stems, a minimum of two years of experience in the interpretation and application of NFPA 101 and/or life safety requirements of model building codes, and a minimum of two years of experience in the design and/or review of fire suppression systems and fire alarm systems including review of shop drawings and sprinkler system hydraulic calculations. The lead electrical engineer shall have a degree in electrical engineering; shall be a registered professional engineer in electrical engineering with at least 1 0 years of experience in the design of medical/dental facility low voltage normal and emergency power systems, lighting systems and medium voltage distribution systems; with at least three years of total electrical design responsibility for medical/dental facilities; and shall be famili ar with Corps of Engineers and industry criteria, guidance and standards. The lead mechanical engineer shall have a degree in mechanical engineering; shall be a professional engineer registered in the state of Oklahoma; shall have a minimum of 10 years experience in mechanical design and a minimum of 4 years of specialized exper ience in the design of mechanical HVAC and plumbing and controls systems for medical facilities; shall have excellent familiarity with both civilian medical design standards and US DOD military design standard UFC 4-510-01, latest edition (formerly Militar y Handbook 1191); shall have completed at least one major hospital design and two full clinic designs  all being successful with reference being provided; shall be a member of a firm that has done similar medical facility designs for at least 5 years; sha ll have excellent comprehension and have design all specialized hospital mechanical systems including general and surgical HVAC, energy and smoke controls, central plants, medical gases (NO, Oxygen, vacuum, etc.), critical room pressurization control monit oring and alarm; shall have good knowledge of medical systems certification requirements for operation; shall have familiarity with building energy conservation, LEED and SPIRIT ratings, ASHRAE standard 90.1,etc.; and shall be thoroughly familiar with ener gy monitoring and controls systems, lifecycle cost equipment selection using government criteria and utilization of industry energy analysis programs such as Trane Trace, Carrier HAP, Blast and DOE2 and Government Life Cycle Cost Software, BLCC. The communications engineer shall have a degree in electronics engineering or electrical engineering with at least five years of experience in communications design including at least three years of experience in the design of communications systems for me dical/dental facilities and experience in the testing of all systems required by the project. The commissioning specialist shall have a degree in mechanical or electrical engineering, at least five years of experience in the commissioning of medical/dental facilities, at least five years of field experience in the operation and troubleshooting of m echanical systems and energy management and control systems, at least five years of experience in the testing and balancing of air and water systems, and at least five years of experience in monitoring and analyzing systems operation using energy managemen t and control system trending and stand-alone data logging equipment. The X-ray shielding specialist shall have relevant certification from the American Board of Radiology or the American Board of Health Physics, or equivalent qualifications and particular knowledge of, and training in, medical X-ray and gamma-ray shielding. c. DESIGN QUALITY MANAGEMENT PLAN (DQMP): Experience in producing quality designs based on an evaluation of the firms Design Quality Management Plan (DQMP). The DQMP shall include an organization chart and shall briefly address management approach, team organization, quality control procedures, cost control, schedule control, value engineering, coordination of in-house disciplines and any outside consultants, and prior experience of the prime firm and any significant consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing of that office. 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 Architect-Engineer Contract Administration Support System ( ACASS) ratings and other credible documentation included on the SF 330. e. CAPACITY TO ACCOMPLISH WORK: Capacity to complete Concept Design (35% design) 180 days after project award and final design (100% design) 360 days after project award. The evaluation will consider the experience of the firm and any consultants with similar size projects and the availability of an adequate number of personnel in key disciplines. f. SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS, AND WOMEN-OWNED SMALL BUSINESS PARTICIPATION (applies only to Large Business Firms): Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically b lack colleges and universities, and minority institutions 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. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, 95-907, and 99-661. A minimum of 52% of the total pla nned subcontracting dollars shall be placed with small business concerns. At least 10% of total planned subcontracting dollars shall be placed with Small Disadvantaged Businesses (SDB), to include Historically Black Colleges and Universities or Minority I nstitutions, 3.5% to HUB Zone small business firms, 10% with Women-Owned Small Businesses (WOSB), 2% with Veteran-Owned Small Businesses, and 2% with Service Disabled Veteran-Owned Small Business. Tulsa District (CESWT) encourages WOSB and SDB participati on as prime contractors. The plan is not required with this submittal, but will be required from those firms selected for the interview phase. 5. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having capabilities to perform this work must submit two (2) completed paper copies of SF 330 to U.S. Army Corps of Engineers, Tulsa District, CESWT-CT-M, ATTN: Susan Killgore, not later th an 2:30 PM Central Time on 23 January 2006. 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 received after 2:30 PM on the closing date specified in this announcement. Facsimile transmission will not be accepted. SF 330 6/2004 edition must be used and may be obtained from the Government Printing Office. Use no smaller than 12 font size. Include ACASS Number in SF 330, PART I, Sect ion B, Block 5. To obtain ACASS Number, call the ACASS Center at 503-808-4591. Limit response in Block F of SF 330 to no more that six (6) projects. Use no more than one page per project. In Block G. 26 along with the name of the person, include the na me of the firm with which the person is associated. In Block H describe the firms overall Design Quality Control Plan. In Block H also indicate the estimated percentage involvement of each firm on the proposed team. Block H is limited to 20 pages. A P ART 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 additional project info rmation will be given to firms during the announcement period. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. To be eligible for contr act award, a firm must be registered with the Central Contractor Registration (CCR) database. For instructions on registering with the CCR, please visit the CCR web site at http://www.acq.osd.mil/scst/index.htm.
 
Place of Performance
Address: US Army Engineer District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
Zip Code: 74128-4609
Country: US
 
Record
SN00955445-W 20051222/051221075920 (fbodaily.com)
 
Source
FedBizOpps 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.