Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 05, 2013 FBO #4060
SOLICITATION NOTICE

C -- Architect-Engineer Services for an Indefinite Delivery Contract with the USACE Mobile District, South Atlantic Division in Support of the U.S. Army Medical Command (MEDCOM), Department of Defense (DOD), & other Federal Health Systems.

Notice Date
1/3/2013
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-13-R-0025
 
Response Due
2/20/2013
 
Archive Date
3/4/2013
 
Point of Contact
LaNell Roberts, (251)694-3859
 
E-Mail Address
USACE District, Mobile
(lanell.a.roberts@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Place of Performance: US Army Engineer District, Mobile 109 St. Joseph Street Mobile, AL 36602 Description: This notice is posted in its entirety and hereby serves as the official solicitation for this project. ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET AS DESCRIBED IN THE SUBMISSION REQUIREMENTS BELOW. Point Of Contact for this announcement is Mrs. Mary F. Breland. CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract (IDC) with the U.S. Army Corps of Engineers, Mobile District, South Atlantic Division in Support of the U.S. Army Medical Command (MEDCOM), DOD, and other Federal Health Systems. This contract will be primarily for Healthcare Planning, Architectural- Engineering Design, and Facility Assessment services. This announcement is open to all businesses regardless of size. The contract will be awarded for a term not to exceed a total of five years. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $5,000,000 over the five-year life of the contract. There is a possibility that multiple contracts may be awarded on this solicitation. Selection of A E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract, with small and small disadvantaged firms. The subcontracting goals for this contract are as follows: a minimum of 50% of the contractor's intended subcontract amount be placed with small businesses (SB), 17% be placed with small disadvantaged businesses (SDB), 18% be placed with women-owned small businesses (WOSB), 10% be placed with HUB Zone small business, and 4% be placed with Service-Disabled Veteran-Owned Small Business. If a large business firm is selected for this contract it will be required to submit a detailed subcontracting plan during contract negotiation. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals cannot be met. A firm fixed price contract will be negotiated. The subcontracting plan is not required with this submittal. The North American Industry Classification System (NAICS) code for this action is 541330. PROJECT INFORMATION: The selected firm must have capabilities for programming, planning, assessment and design of healthcare facility projects in the following areas. Resources in architecture, interior design, healthcare/laboratory planning, and all construction-related engineering disciplines is required. (1) Master Planning: Healthcare Planning; Space Evaluation and Programming; Military Construction (MILCON) Project planning for the expansions and renovations to existing medical facilities and new medical facilities; use of the Space Equipment Planning System (SEPS); Medical Equipment Planning; Planning Charrettes; and Studies to address installation, region, and corporate healthcare facility issues. (2) Assessment/Studies: code deficiencies; The Joint Commission (TJC) compliance; Facility Condition Assessments with emphasis placed on experience with the Corps of Engineers quote mark Builder quote mark assessment system; Environmental assessments; Economic Analysis of potential projects; Seismic Evaluations. (3) Design of new medical facilities and the expansions and renovations to existing medical facilities to include, architectural/finishes, infrastructure/utility systems, and medical equipment plans; Participation in Design Charrettes; and Preparation of Design-Build Request for Proposal (RFP) packages. Design of new medical facilities typically is limited to the O&M Statutory Limitation of $750,000. (4) Project Support and Construction Phase Services: Construction Phase Services (submittal review, transition planning, commissioning, etc.); Requirements Development; and on site Quality Assurance inspections. The majority of the work will be located in the Continental United States; however, work may be located worldwide at locations as supported by MEDCOM/DOD/VA. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru D are primary. Criterion E is secondary and will only be used as tie-breakers among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines, with registration required where applicable: (1) Project Manager; (2) Architect (with at least ten years experience in the planning and/or design of healthcare facilities); (3) Health Care Planner (with at least 3 years experience in the use of the following systems: Medical Expense and Performance Reporting System (MEPRS), Center for Health Care Strategies (CHCS), Managed Care Forecasting and Analysis System (MCFAS), SEPS, and M2 Information Systems; (4) Mechanical Engineer (with experience in medical gas systems); (5) Electrical Engineer; (6) Structural Engineer; (7) Fire Protection Engineer (four years experience with all current nationally recognized codes such as NFPA and IBC, with special emphasis on NFPA 101 Life Safety, and with at least two years experience in the design of sprinkler fire protection systems); (8) Civil Engineer; (9) Technical Writer; and (10) Cost Engineer or Estimating Specialist. (The firm's cost engineering specialist(s) must be certified by a professional firm, such as AACE, ICEC, PCEA, etc.) The professional qualification evaluation will consider education, registration, and relevant experience in the type work required and longevity with the firm. Resumes (Block E of the SF 330) must be provided for these 10 disciplines. In the resumes under Project Assignment, use the same discipline nomenclature as used in this announcement. B. Specialized Experience and Technical Competence in: (1) Master Planning for Health Care Facilities in the last five years from the date of this announcement; (2) Surveying medical facilities for NFPA 101 and related TJC deficiencies, and preparation of deficiency reports and equivalency studies (experience with the Builder system is considered an advantage but is not required); (3) Planning/programming of potential healthcare repair/construction projects; (4) Economic analysis for Health Care planning; (5) Functional review of layout of Medical Facilities; (6) Design of new medical facilities and the design for the expansion/renovation of medical facilities in the last five years from the date of this announcement; (7) Performance of Planning and Design Charrettes; (8) Department of Defense Antiterrorism Standards for Buildings Unified Facilities Criteria (UFC), UFC 4-010-01; (9) Seismic evaluation and rehabilitation of buildings in accordance with FEMA 273 Guidelines for the Seismic Rehabilitation of Buildings and TI 809-05 Seismic Evaluation and Rehabilitation of Buildings; (10) Construction phase services; (11) Medical equipment planning; (12) Preparing cost estimates utilizing MCACES/M2 estimating software. In Block H of the Standard Form 330 describe the firm's quality management plan, quality assurance, cost control (including designing to cost), coordination of the in-house work with consultants, and prior experience of the prime firm and any significant consultant. C. Capacity to Accomplish the Work: The capacity to accomplish at least three (3) $300,000 individual task orders simultaneously. D. Past Performance: Past performance with respect to cost control (including both control of design costs, and success in designing within the project's programmed funding), quality of work, and compliance with performance schedules. Evaluations will be based on established ACASS ratings and other credible documentation included in the SF 330. E. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed and bound paper copy of their SF 330 (Architect-Engineer Qualifications) to U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mrs. Mary F. Breland, 109 St. Joseph Street, Mobile, AL 36602. SF 330, 6/2004 edition, must be used, and may be obtained from the Government Printing Office or from the following web site: http://www.gsa.gov/portal/forms/download/116486. Include DUNS number in SF330 PART I, Section B, Block 5. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. A maximum of ten (10) projects including the prime and consultants will be reviewed in PART I, Section F. Use no more than one page per project. When listing projects in PART I, Section F, an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. A task order executed under an IDC contract is a project. In Block G-26, along with the name, include the firm the person is associated. PART I OF THE SF330 SHALL NOT EXCEED 60 PAGES. Blank sheets/Tabs separating the sections within the SF 330 will not count against the maximum page count for PART I. All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 inches by 11 inches. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF330 at the proper location, and counted as one page. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. Submittals must be received no later than 3:00 P.M. Central Time on 20 FEBRUARY 2013. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. This is not a request for proposal. Solicitation packages are not provided. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on or about 26 FEBRUARY 2013. As required by acquisition regulations, interviews for the purpose of discussing qualifications of prospective contractors for the contract will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL in ProjNet at http://www.projnet.org/projnet. Questions should be submitted no later than 06 FEBRUARY 2013 at 3:00 p.m. Central Time to allow time for a response. On this date and time the portal will be closed. For questions, no other means of communication, e-mail, fax, or telephone will be accepted. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select agency USACE, enter the Bidder Inquiry Key for this solicitation listed below, and your e-mail address, and then click login. Complete all required information and then click CREATE USER. Verify that information on the next screen is correct and click CONTINUE. From this page you can view all bidder inquiries for this solicitation or add an inquiry. Offerors or Bidders will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team. The Solicitation Number is: W91278-13-R-0025. The Bidder Inquiry Key is: YAEW2V-F55XCB. Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal. Caution: Any inquiry submitted and answered within this system, will be accessible to view by ALL interested FIRMS on this solicitation. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP. To verify your proposal has been delivered, you may e-mail Mary Breland at: mary.f.breland@sam.usace.army.mil. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instructions on registering with the SAM, please see the SAM Web site at https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-13-R-0025/listing.html)
 
Place of Performance
Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
 
Record
SN02958235-W 20130105/130103234247-415389ddbbd131df20b0a879b0935571 (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.