COMMERCE BUSINESS DAILY ISSUE OF MAY 22, 2001 PSA #2856
SOLICITATIONS
C -- ARCHITECT-ENGINEER SERVICES ARE REQUIRED FOR DESIGN OF NEW INSCOM HEADQUARTERS, FORT BELVOIR, VA
- Notice Date
- May 18, 2001
- Contracting Office
- Department of the Army, Baltimore District, Corps of Engineer, 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715
- ZIP Code
- 21201-1715
- Solicitation Number
- DACA31-01-R-0036
- Response Due
- June 21, 2001
- Point of Contact
- Susan Sonenthal 410-962-7646
- E-Mail Address
- susan.j.sonenthal@nab02.usace.army.mil (susan.j.sonenthal@nab02.usace.army.mil)
- Description
- DACA31-01-R-0036 1.CONTRACT INFORMATION: a. Architect-Engineer services are required for a Firm Fixed Price contract for site investigation, planning, programming, survey and geotechnical report, engineering studies, space planning, interior design, parametric design and construction cost estimates, concept design, final design, preparation of construction contract documents, and construction phase services for the construction of a new INSCOM Headquarters and Operations and Training Facility at the Humphreys Engineer Center, Fort Belvoir, Virginia. Construction phase services may include preparation of operation and maintenance manuals, shop drawing review, site visits, and technical assistance. Services may also include commissioning design and support; design of tenant improvements and support services; and O&M (Building Operations and Maintenance) and startup services and assistance. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it plans to subcontract. The plan is not required with this submittal but will be required from those firms selected for the interview phase. 2. PROJECT INFORMATION: This project will include design of a new 11,063 SM INSCOM HQ, Operations & Training Facility. The project will result in the construction of a new multi-purpose sensitive compartmented information facility (SCIF) certified operations building. Project includes SCIF, administrative area, mission equipment maintenance and preparation area, arms room, ammunition storage, indoor rifle range, parachute drying tower, mission specific training and development area, electronics maintenance shop, loading dock, and intrusion detection system (IDS). Due to poor site and soil conditions, deep foundations and extensive stormwater structures is anticipated. Supporting facilities includes parking, security lighting and fencing, information systems, and site improvements. Anti-terrorism/Force Protection measures are included. Demolition of two existing buildings (105,450 SF) will be included in this project. Access for the handicapped is a requirement for this facility. Comprehensive exterior and interior design will be required to include furniture design. Project will be designed in accordance with: Uniform Federal Accessibility Standards (UFAS), Americans with Disabilities Act Accessibility Guidelines (ADAAG), Occupational Safety and Health Administration (OSHA), the Installation Design Guide (IDG) for Fort Belvoir, the Installation Master Plan, NFPA Life Safety Codes and requirements of National Capitol Planning Commission (NCPC). The design will be prepared in the metric system of measurement. Construction cost estimates will be prepared using Corps of Engineers Computer Aided Cost Estimating System (M-CACES) (software provided by Government) or similar software. The specifications will be produced in SPECSINTACT using Corps of Engineers Military Construction Guide Specifications. The final drawing and specifications for the construction solicitation will be furnished in Electronic Bid Sets (EBS) in accordance with the latest Baltimore District guidance. Design may include subsurface hazardous materials abatement. The estimated construction cost of this project is between $25 to $50 million. 3. 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" through "e" are primary. Criteria "f" through "g" are secondary and will only be used as tiebreakers between technically equal firms. a. Specialized experience and technical competence of the firm and consultants in: (1) Design of secure compartment Intelligence Facilities (SCIF). (2) Design of indoor rifle ranges, ammunition storage, and arms vaults. (3) Design of physical security and force protection requirements in accordance with U.S. Army standards. (4) Design of Training, equipment and electronics maintenance shops. (5) Design of new administrative/office facilities. (6) Cost estimating using Corps of Engineers MCASES software program. (7) Design of interior and furniture design. (8) Design of no-break power systems. (9) Preparation of construction sequencing and phasing plans. (10) Preparation and presentations to the National Capital Planning Commission. b. Qualified professional personnel in the following key disciplines: project management; architecture; mechanical, electrical, fire protection, structural, civil, geotechnical and communication engineering; cost estimating; industrial hygienist; interior design; landscape architecture; and operation and maintenance systems. Registered professionals are required in the following disciplines: architecture; civil, structural, mechanical, electrical, fire protection, structural, and communications engineering; and industrial hygienist. The fire protection engineer shall be a registered professional engineer, have a minimum of 5 years experience dedicated to fire protection engineering, and one of the following: (a) have a degree in Fire Protection Engineering from an accredited university, (b) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination, or (c) be registered in an engineering discipline related to fire protection engineering. The evaluation will consider education, training, registration, certification, overall and relevant experience, and longevity with the firm. Experience producing quality designs based on an evaluation of a firm's design quality management plan (DQMP). The DQMP, which will be required from those firms selected for the interview phase, should include an organization chart and briefly address management approach, team organization, quality control procedures, cost control, value engineering, coordination of in-house disciplines and subcontractors, and prior experience of the prime firm and any significant consultants on similar projects. d. Past performance on DOD and other contracts with respect to quality of work, cost control, and compliance with performance schedules. e. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. f. Extent of participation of small businesses including woman owned small business, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Volume of DOD contract awards in the last 12 months as described in Note 24. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, 95-507, and 99-661. A minimum of 40% of the total planned subcontracting dollars shall be placed with small business concerns. At least 15% of total planned subcontracting dollars shall be placed with small disadvantaged businesses (SDB), to include Historically Black College and University or Minority Institutions, 2% to HUB Zone small business firms, 8% with women-owned small businesses, and 3% with veteran-owned small businesses. NAB encourages WOSB and SDB participation as prime contractors. The plan is not required with this submittal. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Note 24 is written in detail in any Monday issue of the CBD. Interested firms having capabilities to perform this work must submit an SF255 for the prime. SF 254s must be submitted for the prime and for each consultant. These forms shall be submitted to the above address not later than 4:00PM 21 June 2001. The SF 255 and SF 254 shall clearly indicate the staffing of the office indicated to do the work. Only one copy of a submission (SF 255/SF254) is required at this time. Short listed firms may be requested to submit up to two additional copies of their proposal. The Baltimore District does not retain SF 254's on file. In block 9 of the SF 255, the prime shall provide contract award dates for all projects listed in that section. One Preselection Board and one Selection Board will be conducted from this solicitation. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. A paper copy may be obtained from the DOD Electronic Commerce Information Center at 1-800-334-3414 or Contact CCR web site at http://www.ccr2000.com. Mailing address to send proposals: US Army Corps of Engineers, 10 South Howard St., Room 7000, Baltimore, MD 21201, ATTN: Susan Sonenthal. Mrs. Sonenthal can be reached at 410-962-7646 and via Internet susan.j.sonenthal@nab02.usace.army.mil. Solicitation packages are not provided. This is not a request for proposal Personal visits for discussing this announcement will not be scheduled.
- Record
- Loren Data Corp. 20010522/CSOL001.HTM (W-138 SN50M4X8)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on May 18, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|