Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2003 FBO #0587
SOLICITATION NOTICE

C -- IDIQ Task Order Contract for Morgantown, WV & Pittsburgh, PA

Notice Date
7/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2003-N-00902
 
Response Due
8/11/2003
 
Archive Date
8/26/2003
 
Point of Contact
Laurie Johnson, Contract Specialist, Phone (770)488-2617, Fax (770)488-2670, - Laurie Johnson, Contract Specialist, Phone (770)488-2617, Fax (770)488-2670,
 
E-Mail Address
LJohnson@CDC.GOV, LJohnson@CDC.GOV
 
Small Business Set-Aside
Total Small Business
 
Description
Architect-Engineer services required for the design of projects for the Centers for Disease Control and Prevention for the National Institute for Occupational Safety and Health, in Morgantown, West Virginia and Pittsburgh, Pennsylvania. Scope of work includes laboratory planning, architectural, mechanical, electrical, plumbing, fire protection, structural, and civil disciplines to perform studies, program development, investigations and evaluations, design and construction document production, construction phase services, cost estimates, building commissioning services, participation in an independent value engineering process, and other related services in support of the Morgantown and Pittsburgh facilities and program needs. Project and building types to include phased renovations, additions and new construction for animal housing, Biosafety Levels I & II laboratories, laboratory support areas, related work and office space, and hazardous material storage facilities. The design team will be required to demonstrate considerable experience in designing research laboratory facilities for infectious disease and for toxic and carcinogenic research. Experience must include in-depth knowledge of related complex laboratory processes, scientific equipment, laboratory mechanical systems, containment labs and clean rooms and must have a working knowledge of the CDC/NIH's Biosafety standards and the American Association for Accreditation of Laboratory Animal Care (AAALAC) standards. All members of the A/E team shall have the ability to produce all documents on AUTOCAD Release 2000 using CDC layering standards. Projects will be limited to the Morgantown, WV Campus and the Pittsburgh, PA areas. Firms will be evaluated based on the following criteria and associated weight factors: (I) Professional Qualifications (35%). Minimum response shall include, but not be limited to the relevant experience and qualifications of key personnel related to research laboratory design: a. Laboratory planner - 5 points; b. Project architect - 5 points; c. Project manager - 5 points; d. Chief mechanical engineer - 5 points; e. Experience of the proposed team members working together - 15 points. (II) Firm's Past Performance on Similar Projects (25%). Minimum response shall include, but not be limited to: a. Past performance on similar contracts with Government agencies and private industry maintaining project schedules and project budgets. b. Demonstration of user satisfaction with quality of work. c. Demonstration of successful techniques in phased renovation projects occupied during renovation. (III) Proven Experience with Listed Building Types (20%). Minimum responses shall include, but not be limited to: a. Team specialized experience and technical competence including complex engineering concepts and innovative design. b. Team experience utilizing the CDC/NIH's Biosafety standards and the American Association for Accreditation of Laboratory Animal Care (AAALAC) standards in design. (IV) Organization of Proposed Team (20%). Minimum responses shall include, but not be limited to: a. Organizational structure and demonstrated ability to organize and manage similar contracts. b. Management plan reflecting coordination of disciplines, quality control, and controls to maintain project schedule and construction costs. Only prime firms and their major consultants (architecture, civil engineering, structural engineering, and MEP engineering), with the exception of the laboratory planning consultant, having established production offices within a one hundred mile radius of Morgantown, WV will be considered for this procurement. All work will be coordinated through the Facility Engineer, at the NIOSH Morgantown, WV or Pittsburgh, PA Campuses. This is an indefinite delivery/indefinite quantity task order contract with a guaranteed minimum amount of $5,000.00. Contract is estimated for $1.5 million in fees for a one year base period with four (4) one year option periods estimated at $1.5 million each. Individual task orders will not be less than $1,000 and will not normally exceed $1,000,000. Architect-Engineer selection procedures will be used in accordance with Federal Acquisition Regulations (FAR), Part 36 and selection will be non-project specific. This procurement is set-aside for small business firms. The North American Industry Classification System (NAICS) code is 541310. Qualifying as a small businesses under NAICS 541310 means annual average receipts for the past 3 completed fiscal years do not exceed $4 million, including all affiliates. Firms desiring consideration are invited to submit five copies each of the completed SF254 for prime firm and each consultant and SF255 as related to the specified criteria. All SF254s must be current reflecting a date not more than one year from the date of this notice. Section 10 of the SF 255 is limited to 10 pages. A maximum of ten sheets (in addition to the SF255) of supplemental photographic and/or technical material as technical support will be permitted. Responses are due by 2:00 p.m. (local time) on August 11, 2003. Submittals received after this date and time are late will not be considered. Additional information relative to specific projects is not available and requests for same will not be considered. Site visits will not be arranged during the submittal period. This is not a request for proposal.
 
Place of Performance
Address: Morgantown, WV and Pittsburgh, PA
 
Record
SN00365013-W 20030709/030707213417 (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.