Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2010 FBO #3130
SOLICITATION NOTICE

C -- Hospital Replacement, Rhine Ordance Barracks, Germany

Notice Date
6/18/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB10R0046
 
Response Due
7/19/2010
 
Archive Date
9/17/2010
 
Point of Contact
Jaime Jerde, 611 9744 2834
 
E-Mail Address
USACE District, Europe
(jaime.m.jerde@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. GENERAL INFORMATION: The U.S. Army Corps of Engineers, Europe District, hereby solicits for A-E Services an Indefinite Delivery Contract (IDC)/ Single Award Task Order Contract (SATOC), procured in accordance with Public Law (PL) 92-582 (the Brooks Act) and Federal Acquisition Regulation Part 36. In accordance with DFARS 236.609-70 and DFARS provision 252.236-7011, this contract will be awarded to U.S. firm or a joint venture including a U.S. firm. This contract will have a base period of one year and four optional periods of one year each for a maximum five year contract period. The amount of work performed under the contract shall not exceed $50,000,000. Work will be issued by negotiated firm-fixed-price task orders. 2. PROJECT LOCATION: The vast majority of work to be performed under this contract is expected to be located in Germany. There is a possibility that work may be required at other location in the US European Command (USEUCOM) area of operation and responsibility. 3. REQUIRED SERVICES: A-E services are required for the design of medical facilities in support of the US Military and the Department of Defense Medical Program. Medical facilities especially require a high degree of US and host nation design collaboration to ensure proper integration of US and host nation standards, systems, and operational capability within the facilities. A-E services will support design and construction of medical facilities that promote a healing environment during the clinical encounter, empower patients and families, relieve suffering, and promote long-term health. A-E services will employ evidence-based design principles that link to improved clinical outcomes, patient and staff safety, and long-term operational efficiencies. Medical facilities will incorporate World Class Healthcare Tenets: comply with all standards to ensure Accreditation & Certification; utilize state-of-the-art technology; ensure flexibility and adaptability in the facility design; comply with National Patient Safety Goals and expectations set by The Joint Commission; ensure environmental responsibility, energy efficiency and sustainability in the facility design and construction. Design services include the initial design for replacement of the Landstuhl Regional Medical Center and incorporation of the 86MDG functions into an integrated facility. The objective of the project will be to initiate and execute design through S2 (IAW UFC 4-510-01) of a world class healthcare facility that meets or exceeds appropriate US and German codes/standards. Architect-Engineer (A-E) services are required for: engineering studies, schematic design (charrette), and concept design. In support of this requirement, we are seeking a highly qualified A/E team/joint venture experienced with US healthcare standards and design AND with German laws, codes, and construction requirements. The A/E team/joint venture must demonstrate authority to work in Germany IAW German regulations. Final design of the project is expected to be contracted separately by the Federal Republic of Germany (FRG). It is desired to establish a seamless partnership with the Host Nation (& all partners) for the life cycle of the entire project; however, selection for this IDC does not guarantee selection by the FRG for the final design of the Medical Center. The regional Medical Center primary facilities include inpatient and wounded support, outpatient clinics and clinical ancillary buildings, administrative and education building and parking structure(s). The design will include evidence based design, commissioning plan development, building information systems, intrusion detection systems, energy monitoring and control systems, fire/smoke detection and alarm systems and connections to the installation central systems. Building and site antiterrorism measures will be provided. Supporting facilities include: roads, security features, electric service; water, sewer and gas; steam and chilled water distribution; paving; storm drainage; site improvements; and antiterrorism measures. Access for persons with disabilities will be included. Comprehensive building and furnishings related interior design services are required. Sustainable principles will be integrated into the design, development and construction of the project in accordance with Executive Order 13123. LEED NC-2.2 Energy Cost Calculations, EPAct 2005, and other applicable laws and Executive Orders will be applied to the design. Project will be designed in accordance with: Unified Facilities Criteria (UFC) 4-510-01 (formally Military Handbook 1191), DoD Medical Military Facilities Design Criteria; Uniform Federal Accessibility Standards (UFAS); Architectural Barriers Act (ABA); UFC 4-010-01, DoD Minimum Antiterrorism Standards for Buildings. The design will be prepared using the Metric system of measurement. Building Information Modeling (BIM) software will be utilized during the design phase and will also be developed for use by the general contractor and subcontractors during construction in order to ensure functionality of all spaces, constructability, operability, and maintainability. Services may also include design of new medical clinics, clinic additions, alterations and related demolition, parking structures, supporting buildings, site surveys, energy conservation and analyses, and other investigations/studies; comprehensive interior designs; design services related to minor new construction, upgrade, maintenance, and repair of various medical facilities, including related infrastructure systems, medical equipment planning, and components. Services may include design of laboratories (research, animal, clinical, and Bio Safety Labs (BSL), dental clinics, support functions of medical facilities (medical gas systems, power, water, and steam), medical storage facilities, and medical transition spaces. Other technical requirements include construction cost estimating, scheduling, value engineering and materials testing. Work may include preparation of designs, specifications, cost estimates (parametric and quantity take off), interim life safety plans, commissioning plans, facility demolition plans that include hazardous waste identification and removal procedures, concept designs, final designs, construction phase services, and technical review of designs prepared by others. Services may also include supervision and inspection for construction of these facilities. The A-E should demonstrate a working knowledge and application of the Joint Commission (http://www.jointcommission.org/), Evidence Based Design principles, UFC 4-510-01, Antiterrorism Force Protection Criteria for Europe, medical and local codes and regulations that govern medical facilities. The A-E should demonstrate a history of designing medical facility projects to pre-defined construction cost limitations. Designs will utilize Building Information Modeling (BIM). Identify the software used. Sustainable Design Development (SDD) will be practiced and LEED and/or DGNB certifications are expected. The A-E should demonstrate experience in the preparation of design submittals for all phases IAW the requirements of the RBBau Section F and L; experience in preparation of construction contract specification IAW the requirements of VOB 2009 and VOB 2006. Experience with design of facilities in Germany IAW all technical requirements of the ETBs (Eingefhrte Technische Baubestimmungen) IAW with the MBO (Musterbauordnung) or LBauO RLP (Landesbauordnung Rheinland-Pfalz, experience in all Leistungsphasen (work phase) of the HOAI and must demonstrate Fachkunde, Leistungsfhigkeit und Zuverlssigkeit. Technical qualification, capability and reliability. 4. SELECTION CRITERIA: The selection criteria are listed below and are in descending order of relative importance. a. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Experience of the firm, joint venture partners, and/or consultants in the required services, including design of new hospitals, medical clinics and support facilities; Environment of Care Standards by Joint Commission for Accreditation of Health Care Organization; knowledge of /experience in Evidence Based Design, and sustainability. Recent experience and experience as a team will receive greater consideration. Project descriptions should show explicit experience pertinent to this announcement. Firms must demonstrate the specialized experience and technical competence of the proposed team, including prime contractor, joint venture partners, consultants, subcontractors and/or free-lance associates and identify their roles in the project. b. PERSONNEL QUALIFICATIONS: The Government will consider the qualifications, education, relevant and specialized experience, and training of licensed, registered, and/or certified key personnel. The selected firm must have, either in-house or consultants in 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), operation and maintenance systems, commissioning expert (1), and a LEED Accredited Professional (AP)(1). 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. The Fire Protection Engineer (FPE) shall be a registered Professional Engineer (P.E.) who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering and Surveys (NCEES) or, a registered P.E. in a related engineering discipline with a minimum of five years experience dedicated to fire protection engineering that can be verified with documentation. The Electrical Engineer shall be a registered P.E. with a Bachelor or Master of Science degree in Electrical Engineering with a minimum of ten years of current design experience related to design of medical facilities. At least three of the ten years experience shall be in design of electrical systems (low voltage, normal, emergency power and lighting systems) within medical laboratory facilities similar to those required for this project. The Electrical Engineer shall not have any responsibilities for communications systems design. The Communications Systems Engineer (CSE) shall have a Bachelor or Master of Science degree in electronics or electrical engineering with a minimum of five years of communications design experience. At least three of the five years experience shall be in design of medical laboratory communications systems similar to those required for this project. The Commissioning Expert shall have a minimum of a Bachelor of Science degree in Mechanical or Electrical Engineering and a minimum of five years experience in commissioning HVAC and Power systems in large complex projects. A minimum of three years of this experience shall be shall be in the commissioning of medical facilities of a scope and complexity similar to this project. Demonstrated significant field experience in the operation and troubleshooting of HVAC systems, Electrical Power Systems, Emergency Power Generation and Load Shedding Equipment; experience in the testing and balancing of air and water systems; design, operation, and configuration of Digital Control Systems for HVAC equipment and of Electrical Power Equipment Controls. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. c. MANAGEMENT PLAN/DESIGN QUALITY MANAGEMENT PLAN: Submittals must include in Blocks D and H of the SF 330 a Management Plan that demonstrates a design quality management approach tailored to this procurement. The plan will address, as a minimum, the firms approach to project management, organization and lines of supervision and communication, and coordination of disciplines, quality control and, if applicable, coordination with subcontractors or consultants and joint venture partners. The submittal must indicate which firm is responsible for each item of work, the interdisciplinary and interoffice communication and supervision process, and the procedure to ensure high quality products and services within cost limitations and in strict compliance with performance schedules and prior experience of the prime firm and any significant consultants on similar projects. The Management Plan should demonstrate how the firm/JV will meet all German A-E laws and German permitting requirements while still maintaining status as a U.S. firm after S2 submission. d. PAST PERFORMANCE on DOD and other contracts in support of the required services (individually and as a group) with respect to cost control, quality of work, and compliance with performance schedules, as determined from PPIRS and other sources. PPIRS will be queried for all prime firms. Performance evaluations for any key subcontractors will also be considered. Any credible, information on past performance can be considered but a board is not required to seek other information on the past performance of a firm if none is available from PPIRS. e. KNOWLEDGE OF THE LOCALITY: Knowledge of conditions, including geologic features, climatic conditions, local construction methods, local/state building codes and permit requirements primarily within Germany. Experience with the coordination of all required public interests in Germany, for example German building laws, water rights, environmental laws, etc. Minor consideration may be given to knowledge of local conditions and requirements in other parts of EUCOM. f. CAPACITY TO ACCOMPLISH THE WORK: Capacity to complete the concept design (S2) of a Regional Medical Center with a Programmed Amount exceeding $1Billion within six months of Task Order award. 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. 5. SUBMISSION REQUIREMENTS: Offerors must be registered in the Central Contractor Registration (CCR) to be eligible for award. Firms may register via the CCR internet site at http://www.ccr.gov. SF-330 submissions will be received until 1200 (12:00 pm) Central European Time on 19 July 2010. Interested firms having the capabilities to perform the work described above must submit two (2) hard copies and one adobe.pdf softcopy on CD or DVD of the SF 330 Part I for the proposed team and SF 330 Part II for the prime firm and all key subcontractors to the Contract Specialist as follows: US Army Corps of Engineer District Europe, CENAU-CT, ATTN: Contract Specialist Tr Santos at Konrad-Adenauer Ring #39, 65187 Wiesbaden Germany. Firms responding to this announcement after the closing date and time will not be considered. Required forms may be obtained on the Internet at: http://www.gsa.gov/Portal/fsa/ep/formslibrary.do?formType=SF Forms must be complete and current. Each firm identified as part of this contract including free-lance associates must complete a separate Part II of the SF 330. Firms may be rejected for incomplete or missing SF 330s. Blocks E and G of Part I must include only individuals proposed to perform the anticipated work, including all subcontractors or consultants, in the appropriate columns, and should not include persons that will not actually do the work. Block E must clearly show if individuals are full-time, consultants or free-lance. Do not include promotional brochures, advertisements, or other extraneous material in a submission. All hard copy submissions shall be submitted in English and must be identical in content. The SF 330 Part I shall not exceed 50 pages (8.5 x 11 or A4), including no more than 25 pages for Section H. Each side of a sheet of paper is considered one page. Use no smaller than 12 font type. Include the firm's DUNS number in the SF 330, Part I, Section H. In Section H, indicate the estimated percentage of involvement of each firm on the proposed team. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. Awards are anticipated to be made in the fall of 2010. Joint Ventures must submit a letter of intent to form a joint venture. If selected, the Joint Venture must be legally formed prior to award of the contract. Face-to-Face interviews are anticipated and will be held upon completion of the Selection Board determination of Most Highly Qualified firms/joint ventures. Firms will be given seven days notice that an interview will be held. Interviews will be limited to two representatives for each key firm/partner, not to exceed 10 persons total. Interviews will be limited to one hour. Firms may provide verbal representations of their submitted technical qualifications; however no additional projects should be presented. 6. SPECIAL NOTE: Firms sending submittals from outside Germany via air courier or postal service should state the content value to be no cost or zero. If a monetary value is indicated on the package, the package may be delayed due to customs clearance. The Europe District is not responsible for any delays that result in late receipt of submittals. Be aware that heightened security measures may delay access to the Europe District in the Amelia Earhart Center; therefore early delivery of submittals is advisable. Firms responding to this announcement are requested to inform one of the points-of-contact indicated below so that receipt of submittals by the closing date and time can be confirmed. A. For US/Military postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Tre Santos) Announcement W912GB-10-R-0046 CMR 410, Box 7 APO AE 09049 B. For German postal service: U.S. Army corps of Engineers, Europe District ATTN: CENAU-CT (Box 7/Tre Santos) A-E Announcement W912GB-10-R-0046 Konrad-Adenauer-Ring 39 65187 Wiesbaden, Germany C.POINT OF CONTACT for additional information: Primary POC: Mr. Tre Santos, Contract Specialist Email: Dayon.T.Santos@usace.army.mil Secondary POC: Ms. Elaine Gray-Frasure, Contracting Officer Email: elaine.s.gray@usace.army.mil Place of Performance: Corps of Engineers, Europe District, Wiesbaden, Germany
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB10R0046/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09049
 
Record
SN02181644-W 20100620/100618234416-def1de31bfcf781020f70a9e28fba249 (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.