Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2002 FBO #0165
MODIFICATION

C -- New IDIQ A/E Services for Infrastructure, Building Systems, Utility Systems and Associated Facilities

Notice Date
5/14/2002
 
Notice Type
Modification
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663
 
ZIP Code
20892-7663
 
Solicitation Number
292-02-P(CS)-0325
 
Response Due
5/16/2002
 
Archive Date
5/31/2002
 
Point of Contact
Aretha Latimer, Contract Specialist, Phone 301-435-4558, Fax 301-402-1103, - Kenneth Roman, Contracting Officer, Phone 301-435-4332, Fax 301-402-1103,
 
E-Mail Address
latimert@mail.nih.gov, romank@ors.od.nih.gov
 
Small Business Set-Aside
Partial Small Disadvantage Business
 
Description
DUE DATE CHANGED FOR SOLICITATION 292-02-P(CS)-0325 THE DUE DATE FOR THIS SOLICITATION HAS BEEN CHANGED FROM May 15, 2002 TO May 16, 2002 by close of business 4:00 p.m. _______________________________________________________ Pre-solicitation - Classification Code: C ? Architect and Engineering Services The National Institutes of Health, DHHS, plans to enter into a multi-award full and open ? partially ?set-aside ?Indefinite Delivery Indefinite Quantity? contract for Architectural/Engineering services for Infrastructure, Building Systems, Utility Systems and Associated Facilities including animal laboratory, biomedical laboratory, hospital and miscellaneous support spaces. A minimum of twenty-five percent of the contract amount will be set-aside to small businesses. Three term-type contracts will be awarded, based upon a ranking of first, second and third place. Any of these three contracts can be issued a task order by the Government at anytime during the contract period, regardless of ranking, per the Brooks Act Guidelines. The A/E services include but are not limited to: development of program of requirements, development of final design schemes, perform hazardous materials survey, preparation of plans and specifications suitable for bidding, preparation of detailed cost estimates, and post design/construction management services. The Government may issue task orders for any, or all of the work described above. Drawings will be designed using AUTOCAD Release 14 or greater. Drawings shall be in compliance with the latest version of the United States National CAD Standard (NCS), published by the National Institute of Building Sciences. Independent firms, as well, as joint ventures and firm/consultant arrangements, will be considered and evaluated based upon demonstrated ability to provide a quality design effort and capacity to follow through all phases of the project. There are two minimum requirements that will be evaluated on a ?Go-No-Go? basis. Firms that fail to meet these minimum requirements will not be acceptable for this contract and will not be considered further. The two minimum requirements are as follows: 1. Subcontracting Plan. The firms will be evaluated on the basis of the extent they identify and commit to utilizing small businesses. A minimum of twenty-five percent small business participation level is required, however, firms that propose participation levels in excess of twenty-five percent are committed to achieving that level. 2. Only firms able to have a qualified representative of the firm at NIH within 2 hours of NIH request will be considered. These requirements shall be addressed in item 10 of the SF 255. Once a ?Go-No-Go? is established the selection process will be in a two-phase process ? Phase 1) for the SF 254 and 255 evaluations and, Phase 2) for the presentations by the firms short-listed from the 254 and 255 evaluation. The evaluation factors in order of priority are: A) SF 254 and 255 Selection Criteria: 1. Specialized experience and technical competence in infrastructure, building systems, utility systems and associated facilities including animal laboratory, biomedical laboratory, hospitals and miscellaneous support spaces. 2. Professional qualifications necessary for satisfactory performance of required services in similar projects. 3. Capacity to accomplish the work in the required time. 4. Past performance in similar contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 5. Locations in the general geographical area of the project and knowledge of the locality of the project. B) Presentation Selection Criteria: 1. Evaluation of 2 recently completed projects showing the teams expertise in infrastructure, building systems, utility systems, and associated facilities which best illustrates the proposed design team capabilities. One project shall have an estimated construction cost of between $2,500,000 and $5,000,000; and, one project shall have an estimated construction cost of between $5,000,001 and $10,000,000; For one of the evaluated projects show all pre-design and design submissions, owner or other reviewer comments, all estimates, and bidding documents. 2. Experience of key personnel assigned to our project as related to similar projects and relationship to the 2 evaluated projects. 3. Management plan as related to design and construction of indefinite delivery indefinite quantity contracts. 4. Contingency plan in the event of a loss of key personnel or appreciable increase in the workload of the A/E. Each contract includes a base year period of 12 months and four option years, if exercised, for a total duration of 60 months, including base year. Option year fee rates will be negotiated prior to base contract award. The minimum individual order limitation is $250,001 and the maximum individual order limitation is $3,000,000. The multi-award contract ceiling, cumulative for all three contracts, will not exceed $40 million dollars. Interested firms must submit four copies of completed Standard Form 254 and 255 by the date stated in the CBD announcement. A Form 254 and 255 shall be presented for all joint venture members and consultants, and a composite SF 255 for the proposed team. If a Joint Venture, identify the design office that will administer the project and its experience. Proposals shall be limited to 60 single-sided pages (double-sided pages are counted as two pages). Pages in excess of this limitation will not be evaluated. Each page is one sheet, 8-1/2 x 11 inches, with at least a half-inch margin on all sides. Use ?Arial? font and size 10 or larger. Pages included in brochures or handouts will be counted individually. The following items are not included in the above page limitation: Table of Contents and Divider Tabs. Firms desiring considerations shall submit the appropriate data to: Terrie Latimer, Contracting Officer, Construction Contracts Branch National Institutes of Health Building 13, Room G-800 9000 Rockville Pike Bethesda, Maryland 20892 301-435-4558 - Telephone 301-402-1103 ? Fax latimert@ors.od.nih.gov Address any questions to my attention.
 
Place of Performance
Address: National Institutes of Health - 9000 Rockville Pike Bethesda, MD.
Zip Code: 20892-5711
Country: USA
 
Record
SN00076640-W 20020516/020514213301 (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.