Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2007 FBO #1871
SOLICITATION NOTICE

C -- Architect-Engineer IDIQ Task Order Contract

Notice Date
7/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
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
2004-N-01469
 
Response Due
8/11/2004
 
Point of Contact
Luann Dean, Contract Specialist, Phone (770)488-2657, Fax (770)488-2670,
 
E-Mail Address
LDean2@CDC.GOV
 
Small Business Set-Aside
Total Small Business
 
Description
Scope of work will include architectural, security, laboratory, interior design, structural, mechanical, electrical, plumbing, fire protection, cost estimating, and civil disciplines to perform design and construction document production, studies, investigations, and evaluations, construction phase services, and other related services. Project and building types may include renovations, additions, and new construction. Each project typically would have a construction budget of less than $1,000,000, but is not limited by that amount. Design experience should include renovations of laboratories, offices, and other supporting facilities. Emphasis should be on constructability of renovations in areas that must maintain their functionality, coordination of specialty disciplines, and construction document production. All members of the A-E team are required to have the ability to produce all documents on AutoCAD Release 2002 using CDC layering and drawing standards. The prime firm’s principal expertise shall be of an architectural nature (NAICS 541310). Projects may occur at all CDC locations (except Morgantown and Pittsburgh), although, the predominate number of projects will occur in the Atlanta area. Each response shall provide a sufficient number of projects to demonstrate experience and proficiency for each criterion. In evaluating proposals, the following criteria shall be applied: 1. Firm’s past performance in the production of contract documents. (Weight: 30%.) Minimum responses shall include, but not be limited to, the following: Past performance on similar contracts with Government agencies and private industry. Past performance may be demonstrated by providing error and omissions change orders, statements from clients relating specifically to the preparation of contract documents, and other criteria demonstrating past performance, team experience, and technical competence in the preparation of contract documents for each specific project presented. Additionally, each Offeror shall provide a client contact name, current telephone number, and project name of three projects demonstrating proficiency in the production of contract documents. List team members and consultant team members presented for this proposal and their past experiences, responsibilities, and project title, with prime firm in the preparation of contract documents for each specific project presented. 2. Firm’s past performance on similar projects. (Weight: 30%) Primary emphasis should be on laboratory renovation experience with secondary emphasis on office renovation experience. Minimum responses shall include, but not be limited to, the following: a. Past performance on similar contracts with Government agencies maintaining project schedule and project budget. b. Past performance on similar contracts with private industry maintaining project schedule and project budget. c. Demonstration of user satisfaction with quality of work. d. Demonstration of successful techniques in phased renovation projects occupied during renovation. 3. Qualifications of Project Manager and Discipline Leaders. (Weight: 25%) Minimum responses shall include, but not be limited to, the following: a. Professional experience, designating responsibility and title of person for each specific project listed. b. Past shared project design experience of prime team and team consultants. c. Demonstration of abilities to manage similar contracts, especially laboratory and office, utilizing phased renovation projects occupied during renovation. d. Demonstration of experience in the preparation of contract documents as a Project Manager or Discipline Leader. Demonstration of this experience may be expressed by providing error and omissions change orders, statements from clients relating specifically to the preparation of contract documents, and other criteria demonstrating past performance, team experience, and technical competence in the preparation of contract documents for each specific project presented. Additionally, each Offeror shall provide a client contact name, current telephone number, and project name of three projects demonstrating the Project Manager’s or Discipline Leader’s qualifications in the preparation of contract documents. 4.Organization of proposed team. (Weight: 15%) Minimum responses shall include, but not be limited to, the following: 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 schedules and construction costs. LOCATION: Only prime firms and their major consultants (security, interior design, structural, mechanical, electrical, plumbing, fire protection, cost estimating, and civil) having established production offices within a fifty-mile radius of the CDC Roybal Campus, 1600 Clifton Road, Atlanta, GA., will be considered for this procurement. The laboratory consultant is not included in the fifty-mile radius limitation. Architect-Engineer selection procedures will be used in accordance with Federal Acquisition Regulations (FAR) Part 36 and selection will be non-project specific. This requirement will be a total small business set-aside. The North American Industry Classification System (NAICS) Code for this procurement is 541310 and the small business size standard is $4 million. A small business concern qualification is defined, as a business concern whose average annual receipts, including it’s affiliates for the preceding three completed fiscal years does not exceed $4 million dollars. See Title 13 Code of Federal Regulations Part 121 for a complete definition of a small business concern and affiliates or contact you Area Government Contracting Office at the Small Business Administration, www.sba.gov. This will be an indefinite delivery, indefinite quantity contract and is estimated for $1,000,000 in fees for a one year period with four one year option periods estimated at $1,000,000 each. Individual task orders will not be less than $1,000.00 and will not normally exceed $100,000. There is a guaranteed minimum order amount of $1,000.00. All work under individual task orders will be coordinated through the CDC DCMO in Atlanta, GA. Firms believing they have the capabilities to perform these services are invited to submit a letter of interest along with five (5) copies of a SF 330 (submitted for prime firm and each consultant) and five (5) additional photographic and/or technical materials. Only ten letter size sheets are permitted to be attached to the SF 330 as supplemental information (photographic and/or technical material), specifically responding to the above criteria. All SF 330s must be current reflecting a date not more than one year from the date of this notice. Responses are due by 2:00 p.m. (local time), August 3, 2004. Submittals received after this date and time are late and will not be considered. Additional information relative to specific projects is not available and requests for it will not be considered. This is not a request for proposal and the Government is not committed to award a contract pursuant to this letter. Site visits will not be arranged during the submittal period. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-JUL-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 08-JAN-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/CDCP/PGOA/2004-N-01469/listing.html)
 
Place of Performance
Address: 2920 Brandywine Road Atlanta, GA
Zip Code: 30341
Country: USA
 
Record
SN01207615-F 20070110/070108222553 (fbodaily.com)
 
Source
FedBizOpps 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.