Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2002 FBO #0129
SOLICITATION NOTICE

C -- MULTI-DISCIPLINE DESIGN AND ENGINEERING SERVICES

Notice Date
4/8/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
Reference-Number-NAAJ8700100145WJB
 
Response Due
5/10/2002
 
Archive Date
5/25/2002
 
Point of Contact
William Becker, Acquisitions Branch Chief, Phone (816) 426-6823, Fax (816) 426-7530, - Joseph D'Felio, Lead Contract Specialist, Phone (816) 426-7267, Fax (816) 426-7532,
 
E-Mail Address
william.j.becker@noaa.gov, joseph.d.dfelio
 
Small Business Set-Aside
Total Small Business
 
Description
A. CONTRACT INFORMATION: This requirement is for full, multi-discipline architectural and engineering (AE) professional services. The contract type will be an indefinite delivery order contract to support federal facilities nationwide. Services include architectural and engineering design, facility investigations and engineering studies, planning, construction management and inspection, submittal review, facility commissioning, project cost estimating, value engineering, and related professional services. There will be a minimum of one and a maximum of three contracts awarded from the solicitation, each consisting of a 12-month base period from the date of contract award and four, 12-month option periods. Services will be implemented through individual task orders, with a total contract amount not to exceed $9.5 million over the five-year contract life. This is a total small business set-aside. B. PROJECT INFORMATION: The work includes professional architectural and full mutli-discipline engineering services for project design, comprehensive planning, engineering studies, site and facility investigations and condition surveys, value engineering, project cost estimating, engineering services during and after construction, and other related services for varied projects throughout the United States. The projects support Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS), National Marine Fisheries Service (NMFS), National Ocean Service (NOS), Office of Atmospheric Research (OAR), and other client agencies. Typical projects include design of new research facilities and laboratories; new administrative, operations, support, and living facilities; renovation and redevelopment of existing facilities (including bridges, roads, utilities, pavement and site development); facilities interiors; supporting infrastructure including utilities, docks, seawater intake systems, and marine operation support facilities; coastal and coral reef restoration; remote Alaskan facilities; and heating, ventilating, and air conditioning (HVAC) analyses and commissioning. Project management, planning, design, computer-aided drafting, cost estimating, and engineering during construction are included to varying degrees in most task orders. All work must be accomplished by or under the direct supervision of licenced professional Architects and Engineers. Many designs will be required to be in metric dimensions. A strong emphasis on "green" design and construction under the Leadership in Energy and Environmental Design (LEED) program and principles will be included in all projects. It is a requirement that the proposing firm and consultants have, as a minimum, electronic mail service for the purpose of accomplishing contract progress reviews, coordination, transmission of electronic files, and day-to-day communications. Examples of recent projects include laboratory HVAC renovation and sewer/water line extensions at the NFMS laboratory in Panama City, FL; catwalk vibration analysis at the National Hurricane Center, Miami, FL; acoustical analysis at the NWS Weather Forecast Office (WFO) in Albany, NY; bridge repair at the NOS laboratory in Beaufort, NC; space planning studies at NOAA Headquarters, Silver Spring, MD; renovations at the NOS laboratory in Charleston, SC, and at the NMFS laboratory in Galveston, TX; topographic surveys in Kansas City, MO; design of NWS WFOs in Juneau, AK, and Indianapolis, IN; new laboratory design and construction management for NOAA at Lafayette, LA, and Charleston, SC; and facility condition surveys throughout the United States and its territories. C. SELECTION CRITERIA: See paragraph D of this notice for a general description of the selection process. Selection criteria in descending order of importance are as follows: (1) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. For the last ten completed projects, identify the project design budget for construction versus the construction contract award cost; identify the type of construction contract (low bid, negotiated fee, cost plus); give number and value of construction change orders; give the project schedules (design and construction) with scheduled completion versus actual completion; and provide letters of recommendation and federal agency performance evaluations. Identify both a project client and an end-user point of contact with current phone numbers and email addresses for each project. Referenced projects should not be more than five years old. (SF 254, paragraphs 10 and 11, and SF 255, paragraphs 8, 9, and 10, plus supplemental information.) (2) Professional qualifications and experience necessary for satisfactory performance of required services of preparing designs for laboratory and research facilities, multipurpose office facilities, restoration and renovation of existing facilities, and facilities in coastal and arctic environments; preparing studies and analyses; performing cost estimating and value engineering life cycle cost analyses; preparing interior designs; and performing engineering during construction. Firms should provide specific information on key personnel for such projects. (SF 255, paragraph 7.) (3) Capacity of the firm to accomplish the work in the required time. Capacity to accomplish a large, multi-disciplined, sophisticated design effort within specific time limits. Number and types of disciplines on in-house staff. Identify plan for reacting to changes and staff augmentation. Identify subcontractors to support secondary disciplines. (SF 254, paragraph 8, plus supplemental information.) (4)Specialized experience and technical competence in the type of work required. Experience and qualifications of personnel proposed for assignment to each project, to include skills in architecture, engineering, design of laboratory and research facilities, cost estimating, computer-aided drafting, project coordination, construction management, inspection, and commissioning. (SF 254, paragraphs 10 and 11, and SF 255, paragraphs 4, 7, 8, and 9.) (5) Project Manager's experience and qualifications to lead multi-disciplined project teams. Demonstrate professional registration; identify years and experience with the responding firm, years and experience in leading a multi-disciplined design team on multiple, simultaneous projects, and experience managing Indefinite Delivery Order contracts. (SF 255, paragraph 7.) (6) Experience and demonstrated success in achieving sustainable design, energy conservation, pollution prevention, waste reduction, and the use of recovered materials in facility design. Also, describe the firm's "green" program, specifically as it relates to LEED certification, and its history and success. (7) Proximity to and ability to communicate with engineers at the NOAA Central Administrative Support Center (CASC), Facilities and Logistics Division (FLD), in Kansas City, MO. (SF 255, paragraph 10). D. SUBMITTAL REQUIREMENTS: To be considered, interested firms must provide three submittal packages consisting of an original SF 254 and an original SF 255 no later than 2:00 p.m. CST on May 10, 2002. Offeror must provide adequate documentation in blocks 7g and 10 of SF 255 to illustrate the extent of participation of groups in terms of the percentage of the total anticipated contract effort. All responding firms must also include a completed SF 254 for themselves and their consultants. Proposing firms are responsible for supplying information concerning each evaluation factor. Three or more Short- Listed Firms will be invited to make a formal presentation to, and be interviewed by, the Architect-Engineer Selection Board. After interviews, the firm selected for contract negotiation shall be determined through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. Negotiations shall be conducted beginning with the most preferred firm in the final selection. In addition to addressing the selection criteria above, all responsible sources shall submit an SF-254, Architect-Engineer and Related Services Questionnaire, and an SF-255, Architect-Engineer and Related Services Questionnaire for Specific Project, which shall be considered by the agency. Solicitation packages are not provided for AE contracts. This is not a request for a proposal. A separate negotiated solicitation shall be used to request a proposal from the firm or firms selected. This is a total small business set-aside.
 
Place of Performance
Address: DOC/NOAA/CASC, Facilities and Logistics Division, 601 East 12th Street, Room 1749, Kansas City, MO
Zip Code: 64106
Country: USA
 
Record
SN00054895-W 20020410/020408213128 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.