United States - Building 606, USMA, West Point, NY

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
12 July 2019
Opportunity publication date
17 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 12, 2019 2:43 pm
Modified: Jun 12, 2019 3:00 pmTrack Changes

Announcement Information for Architect-Engineer (A-E) services for a Firm Fixed Price Contract (FFPC) for Architect - Engineer (AE) Services for Planning and Design of Building 606 at the USMA, West Point NY.

1. CONTRACT INFORMATION:
This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6 and FAR 16.202. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work as per their SF330. A/E services are required for site investigations, planning, engineering studies/analysis' and full design services including construction services. Full design includes development plans and specifications for multiple submissions; 30%, 35%, 65%, 90%, 95% and 100% final design. One (1) FFPC will be issued to the selected A-E for various services associated with this project. Proposed contract numbering will be as follows: FFP M-1902. The NAICS Codes are 541330 and 541310. The size standard is $15 million average annual receipts for preceding three fiscal years. This announcement is restricted to small businesses. Award of the contract is anticipated o/a Sep 2019 with completion of services o/a Sep 2027.
The selected small business A-E firms will need to demonstrate capability to perform at least 51% of the contract work listed below in accordance with EP 715-1, Chapter 3-8 c which can be found at http//www.usace.army.mil/publications/eng.pamphlets/ep715-1- 7toc.htm. In particular, in order to be awarded a small business contract the concern will perform at least 51 percent of the cost of the contract incurred from personnel with its own employees.
"Any subcontractor and outside associates or consultants required by the contractor (prime A- E firm) in connection with the services covered by the contract will limit to individuals or firms that were specifically identified and agreed to during negotiations the contractor shall obtain the Contracting Officer's written consent before making substitutions for these subcontractors, associates or consultants".
If a substitution is necessitated by illness, death, or termination of employment for whatever reason, the selected A-E firm shall notify the Contracting Officer in writing within 15 calendar days after the concurrences of any of these events and provide the following information to the Contracting Officer:
Required information for substitution necessitated by illness, death, or termination of employment for whatever reason: The contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitution, complete resumes for the new proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications or better qualifications to those of the persons being replaced. The Contracting Officer will notify the contractor within 15 calendar days after receipt of all required information of the decision on substitutions.
The wages and benefits of service employees (see Far 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not of the location of the work). To be eligible for a contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414.
2. PROJECT INFORMATION:
The scope includes the full design services for the following projects:
Buildings 606: This is a highly visible building of historic relevance and importance for the West Point Academy. It is located on the southern end of the cadet central areas and is approximately 125,000GSF. The building houses various activities that will be relocated to other buildings and will be converted to all academic science and math spaces including classroom, lab and administrative spaces.
In general, the AE services will be for the full design and construction services including the development of an interior design guide for this and future projects at West Point. A-E services include, but are not limited to, field investigations (e.g. geotechnical, façade envelope, utility verification, HTW, etc.), full design (30%, 60%, 90% and 100%), production of bid documents, VE studies, commissioning services as well as full construction services.
Following is an overall summary description of the construction work for these projects:
1. The building repairs will address interior configuration, ABA accessibility, life/safety, energy conservation, and utility systems which do not meet current code and/or regulations and do not accommodate modern working conditions.
2. The architectural renovation will address space deficiencies for programmed functions such as: classrooms, laboratories, specialized high-tech teaching spaces, storage, study rooms, latrines to address gender equality, academic department offices, and conference rooms. Interior repairs include failing condition of walls, floors, ceilings, and stairwells.
3. Building exterior and envelope field investigations, diagnostics and repairs include water infiltration systems, structural roof systems, insulation and waterproofing, windows, rooftop equipment screening, and exterior masonry and limestone.
4. Replacement or install of fire suppression and water supply systems, fire alarm and mass notification system, fire detection/ protection /monitoring/controls, heating and

ventilation systems, plumbing systems, high voltage and interior electrical systems, telecommunication and cabling systems, closed circuit television (CCTV), alarm and card access systems, public address systems, time clock systems, cable television systems, distributed antenna systems (DAS), HVAC systems, and elevators. In addition the renovation will include abatement of all hazardous material that is known.
5 Structural as required to provide additional support for high density shelving areas and to address code deficiencies. This will require geotechnical investigations to verify subsurface bearing capacity.
6. Civil/site for ABA and utility infrastructure including storm water management.
7. Seismic evaluation and structural retrofit may be required.
8. Other services that will be contracted include:
a. Construction Services (Title II); including, enhanced commissioning support during construction.
b. Other miscellaneous design services such as meetings, computer renderings, environmental (NEPA) support, SHPO reviews/coordination, etc.
c. Interior design guide development: The USMA/USAG West Point requires the services of a qualified Architectural Interior Design firm to develop Interior Design Standards to be applied to the Academic Building Upgrade Program. The principal purpose of the USMA Interior Design Guidelines is to ensure that the Academy's interiors spaces possess a consistent identity while also reinforcing the West Point brand.

3. SELECTION CRITERIA: The selection criteria for this contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion).
Criteria a - e: Primary Criteria.
Criteria f - h: Secondary Criteria and will only be used as "tie-breakers" among firms that are essentially technically equal.
Primary Selection criteria:
a. Specialized Experience and Technical Competence:
1. Demonstrated experience in planning and design on a college/university level academic project is required. Experience in planning and development of full design services for educational and support facilities on a military installation is preferred.
2. Demonstrated experience in the full design of academic or similar type of facility construction projects. At a minimum three (3) renovation and three (3) new construction sample projects with a construction value greater than $20M is required. Experience on a historic campus/site is preferred. Projects must have been completed within ten (10) years of this announcement and more recent projects is preferred.
3. Demonstrated ability to produce quality designs utilizing a design quality management plan for independent quality assurance and control of submissions. Interested firms are required to provide a description of their design quality management plan (DQMP) in sufficient detail with their qualification package. An evaluation will be conducted considering the management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm and any significant subcontractors on similar projects.
4. Demonstrated experience in sustainable design using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substance in facilities construction and operation; efficiency in resource and material utilization; development of healthy, safe and productive work environments; and employing the LEED evaluation and certification methods. Note the goal for this project is a LEED rating of silver.
5. The cost estimator and/or the subcontractor should demonstrate familiarity with the changing dynamics of the current construction market in the Tri-state New York Area with particular emphasis on the Mid-Hudson Valley Area of New York.

6. Demonstrated ability to produce Cost estimates using M-CACES is required. MII experience is preferred.
7. Demonstrated experience in working on military installation projects.
8. Demonstrated ability to use Dr. Checks review system.
9. Demonstrated ability to produce drawings (CADD) in the latest versions of Microstation and/or AutoCAD and experience and/or familiarity with Building Information Modeling (BIM) standards.
10. Demonstrate experience in green building design and in using the LEED rating system. The project goal for these projects is silver.
11. The selected firm interior design team will demonstrate experience in branded environments and interior design for higher education base on research and knowledge that will provide West Point with cutting-edge insights into the design of academic spaces that support the long-range objectives and mission of the United States Military Academy at West Point.
b. Demonstrate qualified personnel at a minimum in the following key disciplines:
1. Principal
2. Project Manager (P.E. or R.A. Required)
3. Quality Assurance Manager (P.E. or R.A. Required)
4. Architectural (R.A. Required)
5. Historical Architect (R.A. Required)
6. Educational Space Planner
7. Mechanical Engineering (P.E. Required)
8. Electrical Engineering (P.E. Required)
9. Telecommunications Engineering (RCCD Required)
10. Fire Protection Engineering (see requirements below)
11. Structural Engineering (P.E. Required)
12. Civil Engineering (P.E. Required)
13. Certified Industrial Hygienist (CIH Required)
14. Geotechnical Engineering (P.E. Required)
15. Cost Estimating/Construction Scheduler
16. Licensed Interior Designer (NCID Required)
17. Sustainable Design Engineer or Green Architecture (LEED AP Required)
18. Certified Value Specialist (CVS Required)
19. Land Surveyor (P.L.S. Required)
20. Lead / Asbestos Inspector (Certification)
21. Environmental Engineering (P.E. Required)
22. Anti-Terrorism/Force Protection Specialist (P.E. Required)
23. Commissioning Specialist (P.E. Required) and at least one of the following:
a. NEBB Qualified Systems Commissioning Administrator (SCA)
b. ACG Certified Commissioning Authority (CxA)
c. ICB/TABB Certified Commissioning Supervisor
d. BCA Certified Commissioning Professional (CCP)
e. AEE Certified Building Commissioning Professional (CBCP)
f. University of Wisconsin-Madison Qualified Commissioning Process Provider (QCxP)
g. ASHRAE Commissioning Process Management Professional (CPMP)
The evaluations will consider education, training, registration, voluntary certificates, overall and relevant experience, and longevity with the firm.
Additional disciplines may be submitted as required by the A/E for this type/size project and will be evaluated as the above.
The requirements for Fire Protection Engineers are shown in the United Facilities Criteria UFC 3-600-01, http://62.204.17.188/report/doc_ufc.html. Use the latest publication of UFC 3- 600-01 as of the posted date off this announcement.
c. Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules, as determined by CPARS and other sources.
d. Capacity to accomplish the work within the required time. The evaluation will consider the availability of an adequate number of personnel in key disciplines for this program based on the AE firm's current workload.
e. Knowledge of the locality and location of the firm or office within the general geographical area of U.S. Military Academy at West Point, NY provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encouraged to submit from any geographical area.
Secondary Selection criteria:
f. Extent of participation of Small business, Veteran-owned small business, service- disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort.
g. Geographic proximity to the United States Military Academy and specifically knowledge of construction in the locale.
h. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business,

Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions and firms that have not had prior DoD contracts.

4. SUBMISSION REQUIREMENTS:
Interested prime firms having the capabilities to perform these services must submit three (3) hard copies and one (1) CD copy in PDF format of a comprehensive SF330 (06/2004 edition), which includes all sub-consultants information. The SF330 can be found on the following GSA website: http://www.gsa.gov/portal/forms/download/116486
The forms can be downloaded in a .pdf file type. Each key office on the team should indicate DUNS # in Block 4 of Part II of the SF330. Include the prime firm's CPARS number in Block H, SF330. Total submittal page limitation is 75 pages. Section E is limited to 40 pages. Section F is limited to 10 pages. Supplemental information on the SF330 is posted on the NY District USACE website: http://www.nan.usace.army.mil/BusinessWithUs/EngineeringDivision.aspx.
Submit the completed SF330's to US Army Corps of Engineers, NY District, 26 Federal Plaza, New York, NY, 10278, 16th floor. Attn: Mr. Stephen DiBari, P.E. CENAN-EN-M. 917-790-8384. Submittals will not be accepted after 5:00 pm on the original response date shown in the advertisement in the FedBizOps. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day. Facsimile transmissions of the SF330 will not be accepted. For questions regarding this contract, contact 917-790-8384 or e-mail: Stephen.Dibari@usace.army.mil. If a Pre-Selection meeting is required, notifications will not be sent after approval of the pre-selection. Notification of all firms will be made within ten (10) calendar days after selection approval. In addition to the two (2) items listed above, the remaining info on Release of information on firm selection shall be in accordance with UAI SUBPART 5.4 (USACE ACQUISITION INSTRUCTIONS).
Interviews (discussions) MAY be held with all the most highly qualified firms as required by FAR 36.602-3(c). All firms will be interviewed by the same method (telephone, video teleconference or in person). Firms will be given sufficient advance notice to allow representatives to participate in the interviews or presentations. All firms will be asked similar questions. The questions will be related to the announced selection criteria including but not limited to, their experience, capabilities, capacity, organization, management, quality control procedures and approach for this project.

Opportunity closing date
12 July 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army USACE District, New York United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?