Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

C -- A-E Services for Transportation Security Laboratory Infrastructure Investment Program (IIP)

Notice Date
8/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Homeland Security, Federal Law Enforcement Training Center (FLETC), Biocontainment Operations Branch of Procurement, BPB TH378C, 1131 Chapel Crossing Road, Brunswick (Glynco), Georgia, 31524
 
ZIP Code
31524
 
Solicitation Number
HSFLBP-10-R-00001
 
Point of Contact
Robert E Driggers, Phone: 912-261-3630, T. Renee Hickson, Phone: 9122673887
 
E-Mail Address
bob.driggers@dhs.gov, Renee.Hickson@dhs.gov
(bob.driggers@dhs.gov, Renee.Hickson@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: United States Department of Homeland Security, Federal Law Enforcement Training Center, Bio-Containment Procurement Branch, Procurement Division, TH 378C, 1131 Chapel Crossing Road, Glynco, GA 31524 DESCRIPTION: Architect-Engineering Services (A&E) Services are required for design of a combination of new construction and renovation in support of the Department of Homeland Security (DHS) Science & Technology Directorate's (S&T) Office of National Laboratories (ONL), major Infrastructure Investment Program (IIP) at the Transportation Security Laboratory (TSL). The TSL is a DHS S&T Federal Laboratory located at the William J. Hughes Technical Center, Atlantic City International Airport, New Jersey. The mission of the TSL is to serve as the leading federal laboratory for the applied research, development, integration, and validation of cutting edge science and technology solutions for the detection and mitigation of explosives and conventional weapons threats in order to secure the homeland. TSL performs life-cycle management of technology from conception to deployment, including applied research, development, prototyping, test and evaluation, certification, systems qualification tests, and laboratory assessment testing. TSL is internationally recognized for its role in the development of standards, protocols, and test articles for detection technology assessments. This project involves new construction, renovation and expansion. The existing facilities consist of 70,000 SF of facilities and 2,600 lbs of explosive storage. The proposed new IIP construction consists of 95,000 SF of new facilities and 13,900 lbs of explosive storage. The final campus will consist of a total of 165,000 SF of total facilities which will include: 50,000 SF office space, 93,000 SF lab space, 22,000 SF of storage space and 16,500 lbs of explosive storage. The TSL IIP provides a baseline of TSL's technical and functional requirements, along with a basis for a campus-wide renovation and new construction program at TSL. This IIP integrates the priorities and mission focus areas previously identified by DHS and TSL with individual project requirements. These priorities and mission focus areas provide TSL the needed capabilities at the right time, and in the most efficient manner. This program was developed based upon detailed analysis of the current TSL infrastructure during the initial Baseline Infrastructure Assessment (BIA) and the subsequent alternatives analysis performed in the development of the Capital Investment Plan (CIP) and Final Requirements Validation & Execution Strategy Development Analysis document. The prioritized infrastructure capabilities the IIP has focused on are identified in the table below. Each project will be designed as a separate stand-alone project with its own design schedule, but it is anticipated that the entire design will be completed in about one year. Priority Focus Area Infrastructure Requirement 1 Explosives Storage Expand the capacity of explosive storage areas and ensure that capabilities supporting existing laboratory facilities are not impacted. 2 Independent Testing & Evaluation Mission Construct a new laboratory dedicated to meeting existing and emerging IT&E mission with dedicated specialized explosive storage areas. 3 Developmental Testing & Evaluation Mission Provide efficient laboratory space utilization capabilities supporting the DT&E mission through a combination of renovation of existing facilities and new construction. 4 Storage Space Provide storage facilities for both non-explosive technical equipment evaluation areas and traditional warehouse storage through renovations and new construction to support all TSL activities. 5 Office Space Provide sufficient office and administrative space to replace current temporary trailer offices and provide for federal, contractor and proprietary commercial staff to perform necessary management, evaluation, and conferencing and training activities. • Design considerations, knowledge standards, and performance and experience that are pertinent to achieving the IIP goals include: Blast-resistant building technologies and analysis capabilities for safety, risk, performance, application and feasibility. • Class 100,000 clean room design standards as related to trace material contamination, including HVAC, anti-static coatings, seals, testing and balancing and development of maintenance and decontamination procedures. • Trace material decontamination equipment and facilities. • Gaseous and liquid chemical laboratory analysis, handling and neutralization/disposal equipment and infrastructure, including walk-in and bench top fume hoods. • Explosive storage facility design including both open bunker/magazine facilities and fully enclosed and ventilated bunker facilities, including expert risk analysis for blast characteristics and safety standards. (ATF standards are applicable at this facility.) • Development of non-standard electrical supply systems and energy management controls to provide variable North American and European type power supply access points throughout an open floor plan storage area. • Design of reconfigurable administrative, conference and training facilities. • Storm water design including retention/detention and infiltration technologies. • Experience with local building codes and permit requirements, including NJ Pinelands Commission goals. • Whole Building Design standards and implementation including sustainable, energy efficiency, and renewable energy design standards, identification and analysis of implementation opportunities. This acquisition is Unrestricted under NAICS Code 541310, with a Size Standard of $4.5 million. This is a Request for Qualifications of A&E firms interested in contracting for this work. A&E firm, as used in this synopsis, is an association, joint venture, partnership or other entity that will have contractual responsibility for the project pre-design services and design documents. The scope of the A&E services required under this proposed contract includes, but is not limited to, the following: Perform pre-design services, including the preparation of an Operational Requirements and Basis of Design planning document/feasibility study to include the basic requirements, energy management and environmental performance goals, and other information needed to procure, plan, design, permit and perform the construction required for the TSL IIP; Prepare design documents for the TSL IIP through concepts, design development and construction documentation. The Estimated Cost of Construction (ECC) for the TSL IIP is $51,500,000, including CMc Pre-construction Phase Services, Construction Phase Services, and Commissioning Services. The purpose of this procurement is to select a highly qualified A&E firm with a wide range of skills, including specialized expertise in the design of high hazard laboratories or similar facilities. Selection of the A&E will be conducted in accordance with the Brooks Act, as outlined in Federal Acquisition Regulations (FAR) Part 36.6. Firms will be evaluated in terms of their relevant experience, including relevant experience of staff members, specifically on design work of similar scope and magnitude as required by this procurement. The A&E firm will be selected in accordance with the evaluation criteria set forth in this synopsis, the evaluation criteria in FAR Section 36.602-1, through review of Standard Form (SF) 330's and subsequent interviews. The top ranked A&E firm will be sent a Request for Proposal based on demonstrated competence and the unique qualifications for the required work. After receipt of the firm's proposal, negotiations will proceed. A single firm-fixed price contract will be negotiated with separate line items for the Pre-design and Design Services. If a large business is selected for this contract, it must comply with FAR 52.219-9, Small Business Subcontracting Plan, regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The plan is not required with this submittal, but will be required with the fee proposal from the firm selected for negotiations, if the selected firm is a large business. The Government intends to utilize a Construction Manager at Risk or Construction Manager as Constructor (CMc) Contract procedure for this requirement. Selection of the CMc contractor will also include the acquisition of an independent certified commissioning agent (Cx) subcontracted to the CMc contractor. The commissioning agent shall provide enhanced commissioning of whole building integrated systems as identified in the Operational Requirements and Basis of Design documents. Two contracts will ultimately be awarded: one to the A&E firm selected as a result of this notice; the other to a construction firm. Under this concept, the CMc and Cx function as collaborative members of the project team and will provide expertise during the design process for the Government by checking estimates and performing constructability reviews. The CMc will be responsible for all construction under a single contract. It is anticipated that award of the CMc contract will follow closely behind the award of the A&E design contract so that the CMc can provide preconstruction services during the design phase. At a pre-determined point in the design phase (likely at 70%), the CMc will offer a Guaranteed Maximum Price (GMP) and construction can begin, before design completion. Complete design of this project is expected to take about 12 months and is anticipated to require the concurrent development of multiple coordinated but individual construction document packages. During construction, the A&E firm will perform construction administration services and work closely with the CMc. Construction will likely begin at the 70% phase of design, which is expected to occur early in fiscal year 2012. The complete construction of these facilities is expected to take about 4 years, with completion about the end of fiscal year 2015. SELECTION CRITERIA: In addition to the evaluation criteria in FAR Section 36.602-1, the following criteria will be used in the selection of the A-E firm: (1) Firms will be evaluated in terms of their relevant experience, including relevant experience of staff members and teaming partners, specifically for pre-design services, outlining the basic requirements and information needed to procure, plan, design, permit and construct the Integrated Investment Program (IIP) at the TSL; (2) Firms will be evaluated in terms of relevancy and quality of their experience, including relevant experience of staff members and teaming partners, specifically on design work required by this procurement, particularly design of blast and explosive laboratories of similar size and scope. Responsive firms will list all projects completed or ongoing in the last five (5) years, not to exceed five (5), which are of similar nature and scope as described herein, particularly the firm's ability/past experience in working with the CMc and the GMP process. The list shall include project name, project location, project scope and current contract information, with at least two points of contact; (3) Responsive firms will provide a list of key personnel, including subcontractors/consultants, and teaming partners, proposed to work on this contract, and will indicate the percentage of total work the prime contractor expects to complete with its own work force; (4) Firms shall document each person's role in preparing construction documents; (5) Demonstrate knowledge of codes, laws, permits and construction materials and practices; (6) Provide information on past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules and current Federal directives for sustainable design, energy management and modeling, and renewable energy evaluation; (7) provide information on the firm's quality control program which the firm uses to ensure (a) technical accuracy, (b) discipline coordination, including cross-discipline design checks, (c) ability to monitor time, (d) costs are kept within assigned limits, (e) quality of design, and (f) coordination and oversight of subcontractors/consultants. No solicitation package is available. Interested firms having the capabilities for this work are invited to submit original and six (6) copies of SF 330, Architect-Engineer Qualifications, to the Contracting Office listed above, Attn: Robert E. Driggers, Contracting Officer. The SF 330 may be expanded, if necessary, to address the selection criteria fully. The SF 330 shall include information on subcontractors/consultants, including resumes and other information on key personnel teaming partners who will be involved in this project. All submittals are due no later than 4:00 PM Eastern Time, September 9, 2010. Interested firms are invited to attend a pre-submittal conference at the Transportation Security Lab, William J. Hughes Technical Center, Atlantic City International Airport, New Jersey on August 25, 2010 at 1:00 PM ET. The agenda will include an overview of this requirement and a tour of the site, followed by a question and answer period. Provide names of attendees to the Contracting Officer via e-mail no later than 4:00 PM Eastern Time, August 20, 2010, with a copy to Renee Hickson. Due to space limitations at the conference site, please limit attendees to no more than two (2) per company. To gain access to the TSL, visitors must go to the Security Operations Center, Building 320, located near the main gate of the William J. Hughes Technical Center, Attendees should plan to arrive at the SOC at 12:00 with identification to allow sufficient time for parking, check in, obtaining temporary badges and shuttle transportation from the SOC to the TSL. Additional information, processing time and approval are required for attendance by Foreign Nationals. Point of Contact: Robert E. Driggers, Contracting Officer (912) 261-3630 E-mail: Bob.Driggers@dhs.gov Alternate Point of Contact: Renee Hickson (912) 267-3887 E-mail: Renee.Hickson@dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FLETC/FLETCBPB/HSFLBP-10-R-00001/listing.html)
 
Place of Performance
Address: The TSL campus is located within the William J. Hughes Technical Center (WJHTC), NJ 08405. The WJHTC entrance is identified as the FAA Tech Center adjacent to the Atlantic City International Airport, Egg Harbor, New Jersey., Atlantic City, New Jersey, 08405, United States
Zip Code: 08405
 
Record
SN02227144-W 20100805/100803235630-8aa1f4e31dd12018b7818a485df77496 (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.