SOLICITATION NOTICE
C -- Indefinite Delivery Contract (IDC) for Single Award Task Order Contracts (SATOCs) for Architect and Engineering (AE) Services to Support the Medical Research Laboratory Facilities for the U.S. Army MEDCOM
- Notice Date
- 2/19/2016
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
- ZIP Code
- 36628-0001
- Solicitation Number
- W91278-15-R-0071
- Archive Date
- 4/6/2016
- Point of Contact
- Allison Jones, Phone: 2516903442, Janis R. Steiner, Phone: 2516943871
- E-Mail Address
-
sally.a.jones@usace.army.mil, janis.r.steiner@usace.army.mil
(sally.a.jones@usace.army.mil, janis.r.steiner@usace.army.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- Description: 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 Ms. Allison Jones. This notice is posted in its entirety and hereby serves as the official solicitation for this project. 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), Department of Defense (DOD), and other Federal Health Systems with a primary focus on Planning and Design of Biomedical Research Laboratories, Vivariums, Veterinary Facilities and Public Health Facilities and a secondary focus on Healthcare (direct patient care facilities) Planning and Design. This announcement is open to all businesses regardless of size. This announcement plans to issue up to five (5) ID/IQ Single Award Task Order Contracts. The Government may award less than five (5) SATOCs depending on the source selection decision regarding how many contractors are considered most highly qualified in accordance with Brooks Act procedures. The total shared capacity of all awards will be $30,000,000. 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. Only firms considered most highly qualified will be awarded a contract. Multiple awards will be made from this solicitation. The contracts will be awarded for a term not to exceed a total of five (5) years. Work under this contract will be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $30,000,000 over the five-year life of the contract. A firm fixed price contract will be negotiated. No one firm will receive more than one award. Rates will be negotiated for each 12-month period of the contract. The small business size standard is a maximum of $15 million of average annual receipts for its preceding 3 fiscal years. All interested Large Business A-E firms 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. Large businesses selected for this contract must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. Large businesses selected for this contract will be required to submit a detailed subcontracting plan during contract negotiation. The North American Industry Classification System (NAICS) code for this action is 541330. Each Task order will require Contractor Manpower Reporting for all contractor labor hours (including subcontractor labor hours) for performance of services under these contracts for the Department of Defense via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil. Reporting inputs will be for the labor executed during the period of performance during each Governmental fiscal year which runs October 1 through September 30 of each calendar year. PROJECT INFORMATION: A-E Services contract will primarily be used for specific projects that are not known at this time but are expected to include renovation/repair projects, such as, building renovations and additions, new construction, master and sub-area development planning, preparation of project definition and programming documents, charrettes, preparation of the technical portions of design-build solicitations, value engineering studies, environmental permit applications, facility condition assessments, engineering studies and the development of construction plans and specifications for new vertical and horizontal construction projects in support of the MEDCOM Program. The MEDCOM Program provides support and service to facilities to foster and maintain a state-of-the-art biomedical research, vivarium, veterinary and public health environment. Facility types included in this contract may include, but are not necessarily limited to: Bio-safety Levels (BSL) 2 and 3 research laboratories and laboratory support functions, Animal Bio-safety Levels (ABSL) 2 and 3 animal holding facilities for small and large species to include non-human primates and vivarium support facilities, veterinary treatment facilities, public health/analytical laboratories, field laboratories (dry labs), food analysis and diagnostic laboratories, laboratories working with chemical agents, and facilities that use of specialized equipment/chambers. MEDCOM laboratories also focus on research, development, testing and evaluation of medical products related to health hazards associated with aviation, tactical combat vehicle systems, selected weapons systems, airborne operations, environmental hazards, combat casualty care (trauma, burn and critical care), medical hazards of laser radiation, and exposure to extreme thermal conditions (heat, cold, high terrestrial altitude). Facility types may also include BSL-4 and ABSL-4 facilities, centers for advanced imaging in research environments, medical treatment facilities (health and dental clinics, blood donor facilities, ancillary facilities, ambulatory care centers and in-patient facilities), office buildings, conference and training facilities including auditoria, food service, and teaching laboratories, parking structures, campus utility and infrastructure systems, hazardous material storage facilities, and central utility plants. Projects may encompass preparing facility master plans for veterinary facilities, public health/analytical laboratories, biomedical research and medical treatment facilities, preparing project documentation for additions/alterations and/or major modernization, major renovations and new construction. Due to the variety of projects anticipated, the selected firm(s) must possess a wide range of professional services and experience in architecture and engineering primarily for biomedical research, vivarium and veterinary facilities, with a secondary focus on medical treatment facilities and the general types of facilities listed above. Design teams will be required to demonstrate considerable recent (within the last 5 years), relevant experience in facility master planning, space planning and designing biomedical research laboratory, vivarium, veterinary and public health facilities. Experience must include in-depth knowledge of related complex laboratory, vivarium and veterinary treatment processes, scientific equipment, laboratory mechanical, electrical, plumbing & communications systems, and biological and chemical containment laboratory planning and design. Firms must have working knowledge of latest editions of criteria to include, but not limited to: Bio-safety in Microbiological and Biomedical Laboratories, U.S. Dept of Health & Human Services, Public Health Service, Centers for Disease Control & National Institutes of Health; Guide for the Care/Use of Laboratory Animals (National Research Council); the American Association for Accreditation of Laboratory Animal Care (AAALAC) standards; Occupational Health & Safety in the Care & Use of Research Animals, (National Research Council); Department of Agricultural Animal Research Services Facilities Design Standards; Biological Defense Safety Program AR 385-69 and PAM 385-69; Unified Facilities Criteria (UFC) 4-510-01, Design: Military Medical Facilities Unified Facilities Criteria (UFC) 4-010-01, DoD Minimum Antiterrorism Standards for Buildings including applicable DoD Security Engineering criteria; and UFC 4-510-01 (formerly Military Handbook 1191), DoD Medical Military Facilities Design Criteria. The majority of the work will be located in the Continental United States; however, work may be located in Europe, Japan, Africa, Korea, Thailand, the Middle East, Central America, South America, Puerto Rico, the U.S. Virgin Islands and other worldwide locations as supported by MEDCOM or where MEDCOM assistance is requested. 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. Criteria E is secondary and will only be used as a tie-breaker among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the disciplines listed below, with registration (provide registration number and state) required where applicable. Resumes (Block E of the SF 330) must be provided for these disciplines, including consultants. ROLE IN THIS CONTRACT, Block 13 under PART I, Section E must use the exact same discipline nomenclature as listed in this announcement. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, PART I, Section E. Evaluation of each discipline will consider education, registration, relevant experience, and longevity with the firm. Additionally, the evaluation will consider the firm's recent business history with proposed subcontractors. Recent for this solicitation is within 10 years of the solicitation issuance date. Disciplines required are as follows: (1) Project Manager (Registered architect or professional engineer); (2) Registered Architect (with at least 5 years of recent experience in the planning and/or design of biomedical research laboratories and associated support facilities, to include BSL-2 and 3 facilities, public health/analytical lab and veterinary treatment facilities); (3) Laboratory Space Planner (with at least 5 years of recent experience in the planning and/or design of biomedical research laboratories and associated support facilities, to include BSL-2 and 3 facilities and veterinary treatment facilities); (4) Vivarium/Veterinary Space Planner (with at least 5 years of recent experience in the planning and/or design of vivarium and vivarium support facilities for small and large species to include non-human primates in ABSL-2 and 3 facilities and veterinary treatment facilities); (5) Biomedical Equipment Planner (with at least 5 years of recent experience in the planning and/or design of equipment requirements for biomedical research laboratories to include BSL-2 and 3, vivarium facilities to include ABSL-2 and 3, and veterinary treatment facilities); (6) Registered Professional Mechanical Engineer (with a bachelor or master of science degree in Mechanical Engineering and a minimum of 5 years of recent experience related to design of biomedical research and vivarium facilities, including fume hood and biosafety cabinet design and selection, and heating, ventilation, and air conditioning systems for biomedical research, vivarium and veterinary facilities); (7) Mechanical Engineer or Plumbing Engineer (with a bachelor or master of science degree in Mechanical Engineering and a minimum of 5 years of recent experience related to design of plumbing and laboratory gas systems for biomedical research, vivarium and/or veterinary facilities); (8) Registered Professional Electrical Engineer (with a bachelor or master of science degree in Electrical Engineering with a minimum of 5 years of recent experience related to design of low voltage, normal and emergency power systems and lighting systems for biomedical research, vivarium, and veterinary facilities. The Electrical Engineer shall not have any responsibilities for communications systems design.); (9) Registered Professional Structural Engineer (with at least 5 years of recent experience in seismic design and analysis, building structures analysis, evaluation, analysis and design for AT/FP requirements for facilities and sites); (10) Registered Fire Protection Engineer. The Fire Protection Engineer shall have 5 years of recent experience with all current nationally recognized codes including NFPA 101 Life Safety Code; with at least two years of recent experience in the design of sprinkler fire protection systems; (11) Registered Professional Civil Engineer; (12) Communications Systems Engineer. The communications systems engineer (CSE) shall have a bachelor or masters of science degree in electronics or electrical engineering with a minimum of 5 years of recent current communications systems design experience. At least 3 of the 5 years of recent experience shall be in design of biomedical laboratory and vivarium communications systems including access control and/or laboratory monitoring systems. RCDD Certification required; (13) Cost Engineers or Estimating Specialists. The cost engineer or estimating specialist for this contract must be a full-time professional cost engineer or estimating specialist, to include specialized experience using MCACES/MII software and in estimating biomedical/chemical research laboratory and vivarium (up to and including BSL/ABSL-3) facilities, veterinary treatment and public health facilities. The firm and/or consultant cost engineer or estimating specialist shall provide expertise for each required design discipline applicable to this contract, such as architectural, structural, civil, mechanical, electrical and must be specifically identified and his (their) competence indicated by resume(s). The firm's cost engineering specialist(s) must be certified by a professional organization, such as AACE, ICEC, and/or PCEA. (14) Health Care Planner (must demonstrate at least 5 years of recent 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), and M2 Information Systems. (15) Registered Professional Environmental Engineer (with a bachelor or masters of science degree in Civil or Environmental Engineering and a minimum of 5 years of recent experience related to Asbestos Containing Materials and Lead Based Paint abatement and removal. The professional qualification evaluation will consider education, registration, overall and relevant experience in the type of work required and longevity with the firm. Resumes (Block E of the SF 330) must be provided for these disciplines, including consultants. Additional resumes may be added if needed to further explain proposed team members. Each resume shall not exceed one page in length. Use the same discipline nomenclature as used in this announcement when identifying Project Assignment on each resume. A maximum of ten (10) relevant projects of the prime, the subcontractor(s), or both not to exceed the past ten (10) years, will be reviewed in PART I, Section F. Of these ten (10) projects, the prime must have performed and completed a minimum of six (6) projects (either as the prime or subcontractor). Use no more than one (1) page per project. A Project is defined as a project performed under a single, stand-alone contract and/or a task order issued under an existing Indefinite Delivery/Indefinite Quantity (ID/IQ) contract(s). It shall be noted that a task order issued under an ID/IQ is considered a single project. Do not combine multiple task orders to create a single project example. Combining multiple task orders to create a single project will not be compliant with the solicitation criteria, and it will not be evaluated or considered. The Indefinite Delivery Contract number and individual task order number associated with the project in the title must be included for each of the projects. Clearly indicate the firm's role and type of project, for example, Full Design, Design-Build Request For Proposal Development, or Contractor's Designer of Record. If the project is not 100% complete, note the current percentage and estimated date when project will be completed. In Block G-26, along with the name of key personnel, include the firm with whom the person is associated. 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. The selected firm must have, either in-house or through consultants, the capabilities for programming, studies, planning and design and post-design services of biomedical research laboratories, vivariums, veterinary treatment facilities and public health facilities in the following areas (examples of type of support within areas below are representative and not all inclusive): (1) Pre-Design Studies: Investigations, evaluations, workload and thru-put modeling to determine facility capacity and capability, identification of code deficiencies; Facility Condition Assessments; conducting DD1391 planning charrettes; Environmental Assessments; preparing Economic Analyses of potential projects; Operations and Maintenance programming; Seismic Studies, etc. (2) Master Planning: Space Evaluation and Programming to include developing detailed Programs for Design using the DoD Space and Equipment Planning System (SEPSII); Military Construction (MILCON) Project Planning (development of Capital Investment Proposals) for facility types listed above; Project requirements development for Major Repair and Renewal (MRR) projects for facility types listed above and related support facilities; Equipment planning for biomedical, vivarium and veterinary facilities; Healthcare planning, etc. (3) Design: Design of Major Repair and Renewal (MRR) projects for facility types listed above to include expansions and repairs, and related support facilities. Design of new facilities and related support facilities typically is limited to the O & M Statutory Funding Limitation of $1,000,000 (defined new work limit). (4) Project Support Services: Preparation of Request for Proposal/Bridging Documents for design-build projects; Construction Phase Services (submittal review, transition planning); Building commissioning services and preparation of building commissioning plans for third-party commissioning; participation in independent value engineering studies and peer reviews; functional and technical reviews of studies, analyses and designs prepared by others; On-Site Quality Assurance inspections; Preparation of reports, record drawings, and other facility documentation. B. Specialized Experience and Technical Competence: In PART I, Section H, provide a narrative demonstrating breadth, knowledge and experience for each of the following areas: (1) Demonstrate recent and relevant experience in the planning and design of (a) major modernizations, (b) upgrades (addition/alteration), and (c) renovations for biomedical research, and vivarium (to include BSL- 2 and 3 and ABSL-2 and 3) facility types typical to the MEDCOM, veterinary treatment facilities and public health/analytical lab facilities; (2) Demonstrate recent experience leading a multi-dimensional team to facilitate the successful completion of a complex project that encompassed diverse stakeholder and user groups from multiple agencies and/or organizations; (3) Demonstrate recent and relevant experience in the planning and design of new biomedical research lab/biomedical research support spaces and vivarium/vivarium support spaces to include BSL-2 and 3 facilities and ABSL-2 and 3 facilities; (4) Demonstrate recent and relevant experience in equipment planning for biomedical research lab and vivarium facilities to include BSL- 2 and 3 facilities and ABSL-2 and 3 facilities; (5) Demonstrate the capability to plan and design projects incorporating the latest DoD Force Protection/Anti-Terrorism criteria; (For each area listed above, provide project examples with a description the project including name, location, scope, magnitude, complexity, construction cost, time frame, and relevancy. C. Quality Management: Describe the firm's quality management plan, including quality assurance process, coordination of the in-house work with consultants including the process for virtual teaming with other offices, and prior experience of the prime firm and any significant consultant(s). D. Past Performance: Past performance on Department of Defense (DOD) contracts with respect to cost control, quality of work and compliance with performance schedules. Evaluations will be based on established CPARS ratings and other credible documentation included in the SF 330. E. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Demonstrate the 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 or joint ventures having the capabilities to perform this work are invited to submit one (1) complete pdf on Compact Disc (CD) or Digital Versatile Disc (DVD) of their SF 330 (Architect-Engineer Qualifications) proposal to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-D, ATTN: Ms. Allison Jones, 109 St. Joseph Street, Mobile, AL 36602. SF 330, current 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. PDFs shall be compatible with Adobe Acrobat XI or earlier version. Proposals submitted on anything other than a CD or DVD will not be accepted. All firms responding to this solicitation MUST label the CD or DVD with their company name and solicitation number. Offerors submitting proposals as a Joint Venture (JV) shall obtain a DUNS number and be registered in the System for Award Management (SAM) as a JV. Include a fully executed Joint Venture Agreement. Include a JV Management Plan. Include DUNS number in Block 5 of the SF330 PART I, Section B. All fonts shall be at least 11 or larger in Arial (not Arial Narrow) to include text, tables and figures. PART I OF THE SF330 SHALL NOT EXCEED 60 PAGES. Blank sheets/Tabs separating the sections within the SF 330 will not count in the page-count maximum for PART I. In Block G-26, along with the name, include the firm with which the person is associated. 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 folded neatly to 8-1/2 inches by 11 inches, bound in the SF330 at the proper location, and counted as one page. Firms are also asked to submit one (1) completed and bound paper copy for record purposes. Please do not submit proposal text with column formatting. Please utilize page numbering and use tabs to format the proposal pdfs. Solicitation packages are not provided. Submittals must be received no later than 2:00 P.M. Central Time on 03/22/2016. The Agency will not accept any submittals received after this time and date. The A-E Evaluation Board (Selection Board) is tentatively scheduled TO COMMENCE ON OR ABOUT 03/28/2016. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications 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 and 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 03/07/2016 at 2:00 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: W91278-15-R-0071. The Bidder Inquiry Key is: IQXWUN-DMCJ7C. 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 submittal has been delivered, you may e mail Ms. S. Allison Jones at: sally.a.jones@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/W91278-15-R-0071/listing.html)
- Place of Performance
- Address: U.S. Army Corps of Engineer District, Mobile, 109 St. Joseph Street, Mobile, Alabama, 36602, United States
- Zip Code: 36602
- Zip Code: 36602
- Record
- SN04025914-W 20160221/160219235128-1dd68ba5ce9fad129da136f60d12770d (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 |