SOLICITATION NOTICE
C -- Design of Imaging Center Addition, VA Medical Center, Cincinnati, Ohio
- Notice Date
- 1/15/2009
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Louisville, 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
- W22W9K-8329-4122
- Response Due
- 1/22/2009
- Archive Date
- 3/23/2009
- Point of Contact
- Janet S Crum, 502-315-6185<br />
- Small Business Set-Aside
- N/A
- Description
- This is Modification 3 to the Pre-Solicitation Notice. This modification clarifies the due date of January 22, 2009 by 10:00 am. This modification replaces the main body of the synopsis in its entirety with the exception of the previously posted questions and answers and adds additional questions and answers with this posting. 1) CONTRACT INFORMATION: The Louisville District intends to award an Architect Engineer contract for the Design of Imaging Center Addition, VA Medical Center, Cincinnati, Ohio. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. A firm will be selected for negotiations based on the demonstrated competence and qualifications for the required work. NAICS code for this procurement is 541330. This announcement is open to all businesses regardless of size. A firm-fixed-price contract will be negotiated. The estimated construction cost for the project is between approximately $5,000,000 and $10,000,000. If a large business is selected to negotiate a contract, the firm will be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 prior to award of the contract. The current subcontracting goals are 70.0% to Small Businesses, 7.0% to Woman Owned Small Business, 6.2 % to Small Disadvantaged Business, 0.9% to Service Disabled Veteran Owned Small Business, 3.0% to Veteran-Owned Small Business, and 9.8% to HUBZone Small Business. These percentages are applied to the total amount of subcontracted dollars. Significant emphasis will be placed on the A/Es quality control procedures, as the District will perform the Quality Assurance role only. Estimated start date is March 2009. To be eligible for award, a firm must have a DUNS number and be registered in the DoD Central Contractor Registration (CCR) database, via the CCR Internet site at http://ccr.gov or by contacting the DoD Electronic Commerce Information Center at (800) 334-3414. Register to provide representations and certifications at http://orca.bpn.gov. 2. PROJECT SPECIFIC INFORMATION: This project will consist of the complete design of an approximate 25,000 square foot, 2-story building addition and renovation of approximately 2,500 square feet of an existing structure. The second floor space of the addition will consist of a nuclear medicine, PET/CT, ultrasound and MRI facilities. The addition will be contiguous to radiology service on the second floor of the existing building. All addition and renovated spaces will be constructed to the latest edition of Veterans Affairs Standards. The complete design may include but will not be limited to; civil site design, demolition and/or renovation of an existing facility, asbestos, lead and PCB survey and/or abatement, utility investigations, interior design, design of hospital and associated hospital administrative and office space and construction cost estimating. Construction cost estimating will be accomplished using the Micro-Computer Aided Cost Estimating System 2nd Generation (MII) software (software and database is available from the Government for a nominal fee). Specifications must be electronically produced in the latest edition of Veterans Affairs Master Specs. Specifications shall be provided to the government in the native VA Master spec format, Microsoft Word format and Adobe.PDF format. Traditional CADD products will be accomplished using AutoCAD version 2008 or newer, however versions saved in version 2007 will also be required for VA use. The selected firm will be solely responsible for the designs that they produce, and will become the Designer of Record for the project. Firms should have experience in using the CADD software and with using the VA master spec format. CADD standards, Master specs, VA security criteria and other VA standards are available at http://www.va.gov/facmgt/ae/. A laboratory accredited in Bulk Asbestos Fiber Analysis given by the National Institute of Standards and Technology (NIST) under the National Voluntary Laboratory Accreditation Program (NVLAP), may be required as part of the design team. This certification will be required upon award, it is not necessary to include it at this time. 3: SELECTION CRITERIA: The selection criteria for this specific project are listed below in descending order. Criteria a through e is primary. Criterion f is secondary and will only be used as a tiebreaker among firms that are equally qualified: (a) Specialized design experience and technical competence by the prime firm and sub-consultants in the design of DoD and/or Department of Veterans Affairs healthcare facilities and in the expected activities identified above in Project Specific Information must be demonstrated. Additionally, firms demonstrating working team relationships between the prime contractor and major subcontractors will be considered positively. Firms must also document experience with projects utilizing Sustainable Design (using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction, reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization, development of health, safe and productive work environments employing the LEED evaluation and certification methods.. In addition, the following must be addressed in paragraph H of the SF330: Producing quality designs: a project specific Design Quality Management Plan including an explanation of the firms management approach; management of subcontractors (if applicable); quality control procedures (for plans, specifications, design analysis and electronic documents); procedures to insure that internal resources are not over-committed; and an organizational chart showing the inter-relationship of management and various team components (including subcontractors) (b) Professional qualifications of the prime and major subcontractors staff who will be assigned to this project. Resumes for one registered designer and one registered reviewer in the following fields shall be provided: architecture; civil, structural (independent of civil), mechanical, electrical, geotechnical, and fire protection engineer; interior designer; and registered communication distribution designer (RCDD) and a certified industrial hygienist as certified by the American Board of Industrial Hygienist (ABIH). Also, a resume of one project manager (PM) shall be provided. The PM should be a registered professional who will lead the design team and act as primary point of contact (POC) for the day to day design issues. (c) Capacity: Capacity to complete the design work in an approximate 6 month schedule must be demonstrated. (d) Past performance on similar size and scope projects with respect to cost control, quality of work and compliance with performance schedules as determined from ACASS and other sources. Letters of appreciation can be supplied for referenced projects. (e) Demonstrate specific knowledge of local conditions or project site features such as but not limited to; geologic features, local construction methods and codes and climatic conditions. (f) Extent of participation of Small Business, Small Disadvantaged Business, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. SUBMITTAL REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one paper copy and one electronic copy on CD of the SF 330, Part I, and one paper copy of the SF 330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Responding firms must submit a current and accurate SF 330, Part II, for each proposed consultant.. The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting 1-866-705-5711, or via the internet at www.dnb.com. The SF 330 will be no longer than 100 pages in length (excluding the SF 330, Part IIs) and block H will be 20 pages or less in length. Each printed side of a page will count as one page. Release of firm status will occur within 10 days after approval of any selection. All responses on SF330 to this announcement must be received no later than 10:00 a.m. local time on 22 January, 2009. No other information including pamphlets or booklets is requested or required. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms. Submit responses to US Army Corps of Engineers, ATTN: Janet Crum, 600 Dr. Martin Luther King, Jr., Pl., Room 821, Louisville, KY 40202-2230. Contracting Point of Contact is Janet Crum (502) 315-6185 or email at janet.s.crum@usace.army.mil. Additional Questions and Answers regarding this project: 1. What is the process for registered designer and registered reviewer? This is listed in Part B of Selection Criteria. We are asking for the resume of the designer and the person that will technically review the design in each of the disciplines listed. The reviewer and the designer should each be a registered professional. The reviewer can be from the firm performing the design as long as they were not part of the design team or the reviewer may be a subcontract firm not involved with the design. 2. Is there a list of registered reviewers? No, it simply means registered professional (I.E. Professional Engineer, Registered Architect etc.) 3. Will you publish a site visit sign-in sheet? You may request a copy of the sign-in sheet via email from Janet Crum, Contract Specialist at janet.s.crum@usace.army.mil 4. What is the make and model of the existing MRI Unit? Not available at this time, this information will be passed on to the successful designer during negotiations. 5. Is the project to be designed to the new 2008 VA Design Guidelines? The project should be designed to the latest VA standards. 6. Do we need a Shielding Physicist on our team? A shielding physicist will be part of the design team, however we are not asking for a shielding physicist resume at this stage. 7. Do we need a RF Shielding Consultant on our team? Should not be required. 8. Can a construction company or construction management firm, who may potentially bid the on the construction contract, aid the designer with any aspect of the design? No, any firm involved with the design team will not be permitted to bid on the construction contract.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c3069f8e894b4f363c161da25f280882&tab=core&_cview=1)
- Place of Performance
- Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY<br />
- Zip Code: 40202-2230<br />
- Zip Code: 40202-2230<br />
- Record
- SN01733251-W 20090117/090115215837-c3069f8e894b4f363c161da25f280882 (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 |