SOURCES SOUGHT
C -- FFP M-900-1909 -General Architect and Engineering (A-E) Services for Final Design Services for the New Cadet Barracks at the USMA, West Point, NY.
- Notice Date
- 6/30/2011
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-11-S-0019
- Response Due
- 7/15/2011
- Archive Date
- 9/13/2011
- Point of Contact
- Scott Helmer, 917-790-8087
- E-Mail Address
-
USACE District, New York
(scott.m.helmer@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS NOTICE. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. THE PURPOSE OF THIS ANNOUNCEMENT IS TO GAIN KNOWLEDGE OF POTENTIAL QUALIFIED SMALL BUSINESS CONCERNS DOING WORK UNDER NAICS Code 541330. The purpose of this announcement is to gain knowledge of potential small business sources; specifically small business, certified 8(a), certified HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The NAICS Code is 541330 (size standard $4.5 million average annual receipts for preceding three fiscal years). Responses to this Sources Sought Announcement will be used to determine appropriate acquisition decisions for a future procurement. Description: Announcement Information for Architect-Engineering (A-E) Services: FFP M-900-1909 for General Architect and Engineering (A-E) Services for Final Design Services for the New Cadet Barracks at the USMA, West Point, NY. The selected firm will be required to develop, from an approved 35% concept design, full construction documents including all required NEPA documentation for construction of a new cadet barracks. The firm will be required to assume full responsibility for the design and will be considered designer of record. The New Cadet Barracks is approximately 250,000GSF (est. $200M) of new construction consisting of support and barrack space in support of 650 cadet. The projects includes, Architectural and Historic Architecture features, full MEP, AT/FP and Seismic/collapse prevention provisions, Electrical / Telecommunication and Civil Site related design. Site development includes provisions for a remote access control point. The length of the anticipated contract is approximately 60 months and will not include optional time periods. The anticipated contract amount is not to exceed $10,000,000. Interested firms must submit a qualifications statement including but not limited to the following information: a.Identification and verification of the company as a HUB Zone firm, or, A Service-Disabled Veteran Owned Small Business (SDVOSB) firm, or, A Small business firm, or, An SBA certified 8(a) firm. b.Indicate proposed team members to include: Name of prime firm and sub-consultants, addresses, role in this contract and POC information of each firm c.Organizational Chart of Proposed Team d.Demonstrate the capability to perform in accordance with EP 715-1-7, Chapter 3-8 (2) c which can be found at http://www.usace.army.mil/library/Pages/default.aspx. The interested contractor should list the percentage and type of work that they will self perform. Interested responders should refer to the following FAR Clauses to see the Limitation of Subcontracting that pertains to specific Set-asides. FAR 52.219-14 (Pertains to Small Business and 8(a) Set-asides). FAR 52.219-3 (Pertains to HUBZone Set-asides). FAR 52.219-27 (Pertains to Service Disabled Veteran Owned Small Business Set-asides) e.Total number of employees dedicated to the contract, listing each employees function, professional discipline, professional license listing the state and date of registration f.Resume of the overall Project Manager and senior personnel of each key discipline shown below in the list of professional disciplines g.Demonstrate experience in the required A-E services listed below h. Name of firm w/ address, phone, and fax number, point of contact and email address. i. A CAGE Code and DUNS Number for the firm. Required A-E Services: may include, but are not limited to the following: Design Analysis Geotechnical Survey and Reports Pre-Design / Design Site Assessments Value Engineering Evaluation Topographic Surveys NEPA and Permit Documentation Preparation of Concept Designs, Final Designs, and Site Plans Design Charrettes / DD1391 preparation and updating. Technical Specifications (UFGS w SpecIntact) Cost Estimating using MII Sustainable Design / LEED / USGBCI Certification Construction Phase Services: Including, but limited to, shop drawing review, design during construction, commissioning, site visits, preparation of construction documents, etc. The firm will be required to have the following specific design capabilities: a.Specialized experience and technical competence in: 1.Demonstrate ability to prepare construction bid documents, concept designs, final designs, design charrettes, design work involving site investigation, geotechnical reports, topographic surveys, preparation of permit applications and obtain permits, preparation of contract drawings, technical specifications, SHPO Coordination, design analysis similar to the categories listed in paragraph 2 Project Information. Project completed before December 2009 will not be considered. 2.Demonstrated experience with the following projects: DoD or Univesrity type design experience in the following type of projects: Military or Student/Cadet type Barrack and/or Administrative facilities similar in size and complexity. Preference is with firms having DoD experience in evaluating capabilities. 3.Demonstrate experience with working on National Historic Landmarks. 4.Demonstrate ability to prepare cost estimates in the latest version of M-CACES and have experience in MII software and PACES. In the event that the firm does not have experience in MII software and PACES. Estimates will include market research and construction scheduling evaluation. 5.Demonstrate ability to perform construction services and prepare construction phasing / staging plans and other services that may include preparation of operation and maintenance manuals, shop drawing reviews, design during construction, commissioning, site visits, similar to the categories listed in paragraph 2. 6.Demonstrate ability to produce a quality design. Evaluation will be based on the firm's design quality management plan (DQMP) and will consider the management approach, coordination of disciplines, management of subcontractors and quality control procedures. Additionally, reference to assuming design liability for an approved 35% concept design shall be highlighted. 7.Demonstrate ability to prepare BIM / CADD drawings. Deliverables in AutoCAD format will be required. A-E shall be proficient in ArcGIS and have the capabilities to work on ArcGIS platform and if necessary convert AutoCAD to ArcGIS or vice versa. Preparation of CADD drawings shall be prepared in accordance with the Architectural/Engineering/Construction (A/E/C) Computer-aided standard version (CADD). 8.Document willingness to assume and finalize a completed and approved 35% conceptual design in to full construction documents. b.Professional Qualifications: Consideration will only be given to firms that assemble a team of in-house and/or sub-contractors/consultants with a professional staff consisting of the following disciplines. NOTE: resumes must be provided for each discipline. (1)Project Manager ( Licensed) (2)Quality Assurance Manager (based on the firms QA/QC Plan) (3)Architecture ( Licensed) (4)Structural Engineering (Licensed) (5)Civil Engineering (Licensed) (6)Mechanical Engineering ( Licensed) (7)Electrical and Telecommunications Engineering (Licensed) (8)Fire Protection Engineering (Licensed) (9)Cost Engineering (10) Geotechnical Engineering (11) Lead/Asbestos Abatement Inspector (12) Certified Industrial Hygienist (13) Licensed Interior Designer (Certification) (14) Land Surveyors (15) Anti-Terrorism/Force Protection Specialist (16) Historical Architecture Accredited LEED specialists (can be covered by one of the disciplines listed above) Senior project personnel for each key discipline are required to be licensed / registered. Requirements for Fire Protection Engineers are shown in the United Facilities Criteria UFC 3-600-01 as of the posted date off this announcement Submit qualification statements by mail or hand-delivered to: U.S. Army Corps of Engineers, Contracting Division, Rm. 1843, Attn: Scott Helmer NY District, 26 Federal Plaza, New York, NY 10278 Qualifications statements must be received by 15 July 2011 @ 2:00PM EST. This is NOT a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This Ssources Ssought announcement neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-11-S-0019/listing.html)
- Place of Performance
- Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
- Zip Code: 10278-0090
- Zip Code: 10278-0090
- Record
- SN02486234-W 20110702/110630234712-6093785ed3f4010defe19384a96c5295 (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 |