MODIFICATION
Y -- Design and Construction of an Army Reserve Center at West Palm Beach, FL
- Notice Date
- 7/21/2011
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-11-R-0047
- Response Due
- 8/4/2011
- Archive Date
- 10/3/2011
- Point of Contact
- Misty Jones, 502-315-7401
- E-Mail Address
-
USACE District, Louisville
(misty.d.jones@usace.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The following meeting minutes are for information purposes only. Any question, comments or concerns shall be addressed at https://www.projnet.org. PRE-PROPSOSAL MEETING West Palm Beach Army Reserve Center West Palm Beach, FL 7 July 2011 1. The pre-proposal meeting was held at the Lake Park Town Hall, 535 Park Avenue, Lake Park, FL. Registration started at 9am local time and the presentation started at 10am local time. Project Overview (Diane McCartin) 2. Diane McCartin/LRL PM welcomed everyone to the meeting. It was explained that Louisville US Army Corps of Engineers (LRL) was the Center of Expertise for the Army Reserve program and they managed projects all over the country. The LRL staff is involved throughout the design and construction. 3. Diane McCartin introduced the Government team and introduced Greg Hales as the permanent USACE Project Manager. The USACE team made introductions around the room. Diane McCartin also thanked the local officials for allowing the use of the Town Hall for the meeting. 4. This project was coordinated with the Florida Procurement Technical Assistance Center (PTAC) and advertised on the FedBizOpps website in an effort to get the widest distribution. 5. The minutes and list of attendees will be posted on FedBizOpps as a Special Notifice. Questions during the meeting should be submitted index cards that were distributed and will be responded to in the Special Notifice posted on FedBizOpps. 6. Diane McCartin reviewed the agenda. A site visit will be conducted. 7. When the team returns from the site visit, an attempt will be made to response to all questions that were asked. Responses to all questions will be posted on FedBizOpps. 8. This is an FY10 DOD Grow the Army (GTA) project. The project will utilize a combination of Military Construction (MILCON) and Operation Maintenance and Repair (OMAR) funds. MILCON includes bricks and mortar (real property) and OMAR consists of items that are considered as "personal property" such as special equipment or furniture. These funding streams must be bid separately as MILCON is a 5 year appropriation and OMAR is 1 year. The Price Breakout Schedule is structured to capture these different appropriations. 9. There is a target ceiling in the RFP at $17,406,000 which applies to the MILCON portion of the project. OMAR does not have a target ceiling. 10. Bubble diagrams were included in the RFP. This project is a pilot project for the Army Reserve program and included a Design Build "Lite" concept. Most government RFPs are more prescriptive than typical private sector. Over the course of the past few years, the Army Reserve has been moving towards less prescriptive. This includes bubble diagrams only to show functional adjacencies. 11. Recent Base Realignment and Closure (BRAC) projects have had lots of creativity which has improved upon the conceptual floorplan. 12. The Project Delivery Team encourages award winning, impressive projects. The project should take on a campus-type feel (ARC, OMS and UHS). Bidders are encouraged to use some creativity, while staying within budget. 13. Diane McCartin also mentioned that while the city does not have overall jurisdiction, the USACE tries to be a good neighbor and will be submitting all design packages to the city for comments. In past projects, the USACE has found that the city provides great comments that are incorporated into the final design package. 14. Proposals are due by 4 Aug 2011 at 11am Eastern Time and prices must be good for 90 days. RFP Overview (Greg Hales) 15. The users of the facility will be the 937th Engineer Company and the 236th Cargo Transfer Company. There will be a couple smaller Quartermaster units as well. The facility will have up to 600 personnel assigned and 3 weekends/month of drilling. No more than 207 personnel on the maximum drill weekend and 15-30 full-time personnel. There will be combination civilian and military personnel that utilize the facility. 16. The main mission of the complex is to training personnel in preparation of a deployment and to store equipment. RFP Overview (Tracey Spielmann) 17. The RFP package contained two Volumes of Specifications. a. Volume 1 of the specifications included attachments containing bubble diagrams for the buildings and an existing site conditions drawing. No floorplans were included in the RFP package. b. Volume 2 of the specifications (Div 2-48) contains outline specifications that were not edited. These specifications will be further developed by the DB contractor during the design phase. 18. The project must meet the requirements set forth by the UFCs, to include Antiterrorism/Force Protection (AT/FP), and all permitting and regulatory requirements. Some important references include: UFC 4-010-01 (Antiterrorism Standards), UFC 4-171-05 (Army Reserve Facilities Design Guide), Army Reserve Design Process and Submittal Requirements Manual (Part C). These documents can be found on the LRL website. 19. The project includes an Army Reserve Center (ARC) Training facility, Organizational Maintenance Shop (OMS), Unheated Storage (UHS), washrack and site improvements. 20. The project is required to be certified by GBCI as LEED Silver at a minimum. The project is currently registered under LEED, Version 2.2, and the registration number was included in the RFP. 21. The project includes 13 options described in Section 00010 to include several sustainability options in an attempt to create a project as close to a net-zero impact as possible for energy consumption for the project. 22. An overview of the project considerations was discussed. a. A state-listed endangered giant wild pine (bromeliad-air plant living in the oak tree) is on the project site. Construction should avoid this oak tree. b. A small portion of the NE corner of the site is located in the 100-year floodplain. This area must not be impacted by construction. c. Permits are required to fill Finger Lake. d. The Military Equipment Parking (MEP) and OMS shall be screened from Congress Ave by landscaping materials that meet AT/FP. e. Locate the main fa ade of the facility along Congress Ave, place the MEP and OMS behind to screen from Congress Ave. f. The ARC and the OMS must follow the Mizner style of architecture. 23. A brief overview of the utility and permitting agencies associated with the project site was presented (these are included on the attached slides) 24. A brief overview of the bubble diagrams for the Army Reserve Center, Organizational Maintenance Shop and Unheated Storage were presented. 25. The components of each proposed facility were briefly described. Proposal Instructions to Bidders (Misty Jones) 26. This project is a Set Aside for Service-Disabled Veteran-Owned Small Business. 27. The Target Ceiling for award is $17,406,000. 28. This is a Best Value/Tradeoff procurement. 29. All questions must be submitted in ProjNet. This allows everyone to see all the questions/answers. Instructions on the use of ProjNet are included in the solicitation. 30. Bidders should submit the best proposal and not assume there will be discussions. 31. Bid Bonds are not required. 32. Do not include extra "fluff" in the RFP. The USACE is confined to only evaluate what was required in the RFP; therefore, bidders should focus on these items. 33. Proposals are due by 4 August 2011 at 1100am Eastern Time. 34. The bidders must sign the SF 1442 and acknowledge all amendments. 35. If the bidder is a Joint Venture, the JV must provide a copy of the agreement as well as DUNS and CCR information for each party comprising the JV. 36. Teaming agreements and Subcontractors will not be evaluated as Prime Contractor experience. 37. Section 00114 stipulates the requirements for proposals. This section specifically defines proposal elements to be evaluated and the evaluation process. 38. Submit 7 Copies and 1 Original for technical information (Volume I) and 1 CD/DVD. 39. Submit 1 original for pricing (Volume II). 40. Volume I tabs/evaluation criteria are listed in order of importance 41. Minimum requirements must be met to be considered for award. Missing data will result in an unacceptable proposal. 42. Preferences are not required but increase the value of the proposal. 43. The Period of Performance is 490 days. 44. Attendees of pre-proposal meeting will be posted by special announcement to FBO. 45. Specifically state how much was self-performed on the projects that are listed in the proposal. Design Process (Tara O'Leary) 46. Review the "Design Process and Submittal Requirements Manual" (Part C) 47. The Charette is the first step, followed by Interim Submittal, Final Submittal, Corrected Final and Certified Final. 48. The Army Reserve uses "interim" versus calling out certain percentages. The submittal manual outlines what is required for each discipline. 49. This solicitation allows for fast tracking. This allows a final civil/structural package to be submitted with the interim building package. It is up to the Contractor to decide if fast tracking is utilized and what portions of the design are fast tracked. 50. Once the Certified Final package is accepted, a Release for Construction will be provided, the Contractor may proceed with only those portions of the design included in the Certified Final package. 51. Even if there is a Release for Construction, an error or omission in the design discovered later must be addressed. 52. A compliance review will be conducted on the design. CH2M HILL will be doing this as well as the USACE field office, LRL USACE reviewers, and multiple communications agencies. 53. Dr. Checks is used to track all comments and responses. DrChecks is an online system within ProjNet that is similar to the Bidder Inquiry system. 54. There are requirements for licensed engineers. Civil Engineer must be registered in FL. A Registered Communications Distribution Designer (RCDD) is required. Interior designer must be National Council for Interior Design Qualification (NCIDQ) certified. 55. A Comprehensive Interior Design (CID) which includes the Structural Interior Design (SID) and Furniture, Fixtures and Equipment ( FFE) is required. The requirements are very detailed in the specification. 56. LRL procures and installs the furniture; however, the designer will design and layout the furniture. The vendor will be Knoll. 57. Furniture and IT installation occurs during the 490 day construction contract duration. Final connections are made by Contractor. 58. The 490 day duration includes all time for design, permitting, construction, and furniture install. The facility must be ready for furniture 42 days prior to construction completion date. 59. The schedule Section in the RFP called the "The Design Build Process" is not intended to be the actual schedule, but rather to show the milestones for planning purposes. Times indicated for government review cannot be shortened. A project schedule will be required per the RFP after contract award. Construction (Dennis Newell) 60. Dennis Newell is from the USACE Mobile District and has a lot of experience in FL. He will serve as the geographic construction district lead. LRL will take the lead on the design role and Mobile will take the lead for the construction. 61. One requirement is to provide the Government a trailer on the site. The USACE will be sitting on the site day to day doing quality assurance. The project will be using the QCS program. There is a specification section that discusses this. It tracks submittals, RFIs, payments, etc... 62. Dennis Newell mentioned that the project will be "good neighbors". This project needs to set stage for the soldiers. The USACE and their partners want to be proponents of the city. Dennis discussed the importance of safety while working and living in this community. 63. Permitting is required. This needs to be completed within the 490 day contract duration. 64. Safety: Review EM-385 1-1. Get familiar with it as this will be enforced by the USACE. In several occasions this will exceed OSHA standards. Bottom-line: we don't want anyone getting hurt. 65. A Geotechnical investigation is required. This is a new site. Question/Answers (Tara O'Leary and Misty Jones) 66. Q: Can CH2M HILL bid on this project? A: No 67. Q: Is there a code of silence on this project? A: CH2M HILL is not allowed to answer questions regarding the project or RFP. All questions/answers must be submitted through ProjNet. 68. Q: Is the Washrack SF part of OMS SF? It was mentioned as separate in the brief. A: The washrack must be separated from the OMS and it is not included in the OMS square footage. 69. Q: It says that funds subject to availability per RFP. Have funds been allocated and are they available? A: Yes, this is an FY10 project and funds are available for the MILCON portion 70. Q: Will we be able to have a copy of today's PowerPoint? A: Yes, it will be provided with the meeting minutes 71. Q: Are the plans in original RFQ are still valid or only bubble diagrams? A: The conceptual floorplans were removed with Amendment #2. The bubble diagrams are still valid. 72. Q: Are there room finish specification? This is relative to countertop materials. A: This specification will be developed during the design phase and specific materials will be included in the CID package. UFC 4-171-05 also has basic requirements for room finishes. 73. Q: Is the USACE bidding for testing and inspections, or is the DB firm responsible for this scope? A: The Design Build firm is responsible. 74. Q: Will pre-engineered metal building be acceptable for use on the Training Building and OMS facilities. A: No, please refer to Para 6.2.1.1.4 of Section 01 02 00.00 48. 75. Q: It was mentioned that only the prime contractor's past experience will be considered and teaming partner's experience will not be considered. Does this apply to design team experience as well (ie. design team experience will not be considered)? A: The design team is evaluated separately and their past experience will be considered. 76. Q: Is parking lot geometry restricted by the 148' AT/FP standoff demarcation live? Would 82' ATFP be adequate? A: 148' is for conventional construction per UFC 4-010-01. This can be reduced to 82' if the building is hardened; however 148' is preferred. 77. Q: Is CADD platform AutoCAD or Rivet acceptable in lieu of Microstation? A: Microstation is a contract requirement as referenced in 00 80 00.00 06 Para 1.10.2.a.1 and 01 03 00.00.48 Para 1.5.4. 78. Q: What is meant by fast track civil submittal? A: The contractor can skip interim design submittal and go straight to final design with the structural/civil package to gain a faster Release for Construction on the site work. 79. Q: Is it anticipated that gas will be required? A: Yes, per Para 3.7.4 of Section 01 02 00.00 48. 80. Q: Does UHS bldg require air conditioning/humidity control? A: It does not require air conditioning; Para 11.5.1 of Section 01 02 00.00 48 requires ventilation louver. 81. Q: What are the (2) 2" PVC pipes on north of site for/connect to? A: These were piezometers to determine water table and have been removed since the survey was completed. 82. Q: Please identify contractor laydown area. Is it within boundary or will use of adjacent land be available for this? A: The lay down area must be within the project site or the Contractor can make own arrangements. 83. Q: What is the design professional E/O liability coverage during RFP process? A: The RFP is the contract. If an error or omission is discovered during the proposal process, an amendment will be issued. The design team is not required to submit design insurance as part of the proposal. 84. Q: In tech proposal, I did not see a limit on number of pages. A: This requirement is outlined in Section 00114: Para 5.3.1 (C3) has a limit of 20 pages for the design narrative and 5.5.1(A) has a limit of 2 pages for Safety Initiatives and Certificaties. 85. Q: Should the schedule be produced using Primavera 3 or 6? A: A schedule is not required for the proposal. Either version of Primavera is acceptable. 86. Q: Will there be copies of sign-in sheet and attendees? A: Yes, this will be attached to the minutes posted on FedBizOpps 87. Q: Will this project include meeting all force protection requirements (UFC 3-010-01. A: Yes, compliance with UFC 4-010-01 is required in Part 2 of Section 01 02 00.00 48. 88. Q: As a staffing agency, what is the bidding process going to include? A: The solicitation is posted at fbo.gov and contains the proposal requirements 89. A: How do we submit bids for skilled and unskilled labor? A: There is an interested vendor list on fbo.gov. This would be arranged through the Prime Contractor. 90. Q: A topographical survey of the existing site has not been provided in the RFP drawings. Will one be provided? A: A topographic survey was included as Attachment D to the 01 02 00.00 48 and the native file was issued with Amendment 2. 91. Q: Is there a preferred construction materials, CMU, tilt wall, steel frame? A: This is outlined in Para 6.2.1 of Section 01 02 00.00 48. 92. Q: Are there any companies eliminated from participating on a DB team? A: The Prime Contractor must be a SDVOSB. 93. Q: What are the min qualifications you are working from for small business? A: See Section 00114. 94. Q: For bonding purposes, if a qualified SDVOB GC does not have the required bonding capacity are we able to JV w/ a larger GC as long as it is approved by SBA? A: See Notes in Section 00114 with Para 4.3 and 5.1.1.A. 95. Q: Are there 8a and woman owned goals? A: Section 700 clause 52.222-23 reference goals for participation for minorities and women owned. A formal subcontracting plan is not required. 96. Q: Since a small business cannot JV with a large business and still qualify as a SDVOSB. How to you expect to get adequate competition in a project this size? A: A market survey was conducted which showed there was adequate competition available 97. Q: What is the rationale for not allowing evaluation of teaming arrangement? A: Per FAR 9.602, it is the determination of the Louisville District. As stated in the solicitation, we are evaluating the experience and past performance of the prime contractor, i.e., the contractor identified in Block 14 of the Standard Form 1442, and the party with whom the Government will have contractual privity for purposes of performing this contract. If a contractor wishes to form a teaming arrangement in which the participants form a legal relationship such as a partnership or joint venture that itself can be considered the prime contractor, the experience and past performance of those partnership or JV partners will be considered. Please note that any such arrangement must be done in accordance with SBA's regulations on affiliation and joint ventures. 98. Q: How many SDVOSB's have built a reserve center here in the US? A: Unknown; however, government awards of previous projects may be found on fbo.gov. 99. Q: What are the minimum acceptable dollar values and SF requirements for similar project size as stated in section 00114 page 12/172 Para 5.1.1. A: See Para 5.1.1.A-similar to this project. 100. Q: Is the 490 days stated on SF 1442 the total design and construction or just construction duration? A: It includes design and construction. 101. Q: The solicitation seems to eliminate the potential for smaller SDVOSB's to form a team with large more experience contractors to pursue this project. Is this in accordance with FAR 9.6 which allows team and the use of all companies' quals and key personnel? A: FAR 9.602 states "teaming arrangement may be desired"; however, it is a business decision by the LRL that teaming arrangements are not desired. SDVOSBCs may team with the company of its choosing. However, offerors are reminded that any such arrangement must be done in accordance with SBA's regulations on affiliation. For purposes of evaluating prime contractor experience and past performance, we are evaluating the experience and past performance of the prime contractor, i.e., the contractor identified in Block 14 of the Standard Form 1442. 102. Q: I own a service connected disabled business. We make uniforms. Is there an opportunity to provide uniforms to contractors working on this project? A: See FBO for a list of interested vendors and contract contractors regarding uniforms. 103. Q: Will we be held accountable to 1 Safety Official and 1 CQCM? A: See specification 01 35 26 00.00 06 Para 1.6.1.1.a. The SSHO shall have no other duties. See spec 01 45 04 10.00.06 Para 3.5.2.c. The CQCM shall have no other duties. 104. Q: Does survey show all utility stubs and connections? A: The survey shows all existing conditions at site. 105. Q: How are you getting around FAR 15.305 (a)(2)(IV) and FAR 15.305(a)(2)(iii) stated below: Past Performance (iii) The evaluation should take into account past performance information regarding predecessor companies, key personnel who have relevant experience or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. A: FAR 15.305(a)(2)(iii) provides examples of past performance information that can be taken into consideration, if such information is considered relevant to the instant acquisition. Such information was not considered relevant to this acquisition. If an offeror has no similar or otherwise relevant experience that may be used for evaluation of past performance, this factor will be considered neutral, having no favorable or unfavorable impact on the offeror's evaluation, in accordance with FAR 15.305(a)(2)(iv). 106. Q: Does the SDVOSB Firm need to be CVE verified? A: No, certification and registration is through SBA via CCR 107. Q: In synopsis dated Jun 8 in scope of work, there called for a security system. Should we interpret security system to read mass notification system: meaning, should we be thinking of the standard Monaco security which includes fire? A: Please refer to UFC 4-171-05 for mass notification requirements. The USACE does not specify a vendor. 108. Q: Will SIPRnet be part of the requirements? A: Refer to UFC 4-171-05 and Parts 1 and 10 of Section 01 02 00.00 48. 109. Q: Do we need Lake Park Building Permits? A: Federal projects do not require local building permit 110. Q: Is water retention a wetland preserve? A: No, per the EA, the site does not contain wetlands. 111. Q: Is SFWM Permit required for lake fill? A: Yes as shown in Para 3.4.9 of Section 01 02 00.00 48. 112. Q: Does 450 days include full design and permitting if necessary? A: The duration is 490 days for full design and construction. See Para 1.3 of Section 00 80.00 06. 113. Q: When does the time start? A: At NTP. See Para 1.3.1(c) of Section 00 80 00.00 06. 114. Q: Will turning lane north bound be required? A: This needs to be coordinated with the city and FDOT per Para 3.7.1 of Section 01 02 00.00 48. 115. Q: Does Finger Lake drain Wal-Mart and/or Congress Ave? A: Please see Para 1.7.4.1 of Section 01 02 00.00 48 has a description of the lake and the permit required 116. Q: The Environmental assure Phase I is complete. Is there a need to obligate for Phase II? A: Per the Environmental Assessment (EA), Phase II is not required. 117. Q: It appears that water runoff from creek to lake is engineered storm runoff from street to lake. Do we need to maintain same volume of water in underground storage? A: Correct. Street runoff is conveyed to lake system through "creek" or Finger Lake as called in RFP. Relocation of the "creek" shall be designed in accordance with SFWMD requirements. 118. Q: It appears that the creek is wetland, true or false? If so, in prelim talk with city, county and state of FL, are they in a general agreement to disrupt site? A: Finger Lake as called in RFP is not a wetland as per EA assessment 119. Q: In LRL, what program do you work from? Prima 3 or Prima 6? A: Either. Reference Section 01 32 01.00 06, Para 3.3. 120. Q: Is Bentley BIM required? A: Yes, per the DPSRM and Para 1.5.4 of Section 01 03 00.00 48 121. Q: Can you expand on why the plans were removed from proposal? A: This is pilot project that was identified to include only bubbles diagrams. This encourages design freedom. 122. Q: What will happen? Will the USACE short list 3 people? A: No, this is a single phase evaluation. Awarding to one Prime Contractor. Wrap-Up (Diane McCartin) 123. Diane McCartin stressed local participation. The people that are going to live and work in that building will be integrated into the community. The USACE has a good neighbor policy and encourages as much local participation as possible. 124. Reminder that Proposal are due 4 Aug at 11am EST. Bids must be good for 90 days. Sign the bid and acknowledge all amendments. 125. The USACE encourages networking of SBDVO today. 126. Thank you for coming...we are looking forward to a successful project!
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-11-R-0047/listing.html)
- Place of Performance
- Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Zip Code: 40202-2230
- Record
- SN02506988-W 20110723/110721235926-1b5b540073a3eb60e8d045df3366e980 (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 |