Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2010 FBO #3095
MODIFICATION

C -- A/E IDIQ for National Cancer Institute

Notice Date
5/14/2010
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
10-233-SOL-000146
 
Point of Contact
Erica K. Binnix, Phone: 3014434988
 
E-Mail Address
erica.binnix@psc.hhs.gov
(erica.binnix@psc.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
THE ABOVE REFERENCED SOLICITATION IS AMENDED AS FOLLOWS: EXTEND DUE DATE FOR PROPOSALS TO MAY 26, 2010. QUESTIONS AND ANSWERS ARE FORTHCOMING. The Department of Health and Human Services (DHHS), National Cancer Institute, Office of Space and Facilities Management, through the Program Support Center (PSC) is seeking qualification statements from Architect/Engineering (A/E) firms, NAICS 541310, to provide Architect and Engineering services based on, but not limited to: The issuance of task orders for the preparation of designs, plans, specifications, estimates, record drawings, miscellaneous studies and reports, surveys, construction support services, and construction management for projects managed by the Office of Space and Facilities Management, National Cancer Institute, Bethesda, MD. Projects may involve work in specialty areas such as alterations and renovations in biomedical research facilities and vivariums, and office buildings, both on government owned and leased property. This contract is being procured in accordance with the Brooks A - E Act as implemented in FAR 36.6 and selection will be non-project specific. Firms will be selected for negotiation, if necessary, based on demonstrated competence and qualifications for the required work. The services required may include all the professional disciplines including architectural, electrical, mechanical, structural, civil engineering, communications, energy conservation, cost estimating, fire safety, lab planning, construction management, and hazardous material consultant services, space planning and green/sustainable building design as required by the National Cancer Institute (NCI) in support of the Office of Space and Facilities Management in and around Bethesda, MD and Frederick, MD. Not all disciplines will be required for each project. Additional consulting specialists not named above may be required and, if needed, will be indicated in the individual projects or task orders. The Government intends to award up to 4 contracts from this notice but will reserve the right to add additional awards. The estimated start date of these contracts is 1 July 2010. The duration of the contract will be for a base period of one (1) year. The Government has the unilateral right to exercise options to extend the contract for up to four (4) additional periods, not to exceed 365 calendar days for each period. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of the A/E performance under the subject contract. The proposed task orders have an anticipated design cost range between $2,500 and $500,000. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. The maximum contract value for each IDIQ (including option years) is not-to-exceed $3.5 million. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial Task Order. The selected firm must negotiate overhead, profit and hourly rates for anticipated disciplines for use in negotiating fixed priced task orders. Each task order awarded under this contract will include a scope of work, time schedule, and construction cost limitation, which the Contractor shall adhere to. This proposed contract is being solicited on an unrestricted basis; therefore, replies to this notice are requested from all business concerns. The small business size standard classification is NAICS 541310 ($4,500,000). Small Disadvantaged, Women-Owned, HUBZone, Veteran-Owned and Disabled Veteran Owned businesses are encouraged to submit responses. To be eligible for contract award, a firm must appear registered in the Central Contractor Registration (CCR) Database prior to contract award iaw FAR 4.1102. Register via the CCR Internet site at http://www.ccr.gov or by calling 1-888-227-2423. SIGNIFICANT EVALUATION FACTORS (in order of importance): The A&E must demonstrate their and each key consultant's qualifications with respect to the following evaluation factors for all services. Contractor selection and award(s) will be based upon the following factors and criteria. (1) PROFESSIONAL QUALIFICATIONS- Professional qualifications in the following disciplines: (1) Licensed architects. (2) Licensed electrical engineers. (3) Licensed structural engineers. (4) Licensed civil engineers. (5) Licensed mechanical engineers (6) Space Planning (7) Green/sustainable Building Design. The evaluation will consider demonstrated, documented and relevant education, training, registration, voluntary certifications, overall and relevant experience (highlighting recent achievements within the last three years), and longevity with the firm of key management and technical personnel. The selected firm shall have all the necessary licenses and certifications as required and/or recognized by the State of Maryland to provide professional engineering facilities design services. Each design discipline shall be supervised by a licensed professional architect or engineer registered in the respective discipline. All Key personnel must be professionally registered in their discipline. Key Personnel qualifications and relevant experience as individuals and as a team, in particular on small to medium relevant renovation type projects. All firms and their consultants must have in house CADD capabilities and use AIA/NIH Masterspec as the basis for developing the construction contract documents. (2) SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE – Demonstrate knowledge of projects in biomedical research facilities and vivariums, and energy conservation design. Recent experience (within the last 5 years) of the design team members individually and collectively as a total team (A/E, client, outside agencies) in renovation projects for biomedical research facilities, vivaiums and office facilities, including project surveys, studies, designs including working drawings and specifications, cost estimates, and post-design services and other related documents primarily for renovations and alterations/additions to existing facilities. Ability to provide work in hard copy report format, hard copy D-size drawings, and/or automated/CADD format including digital photos and data support. Specialized experience with small to medium projects, familiarity with NIH Design Guidelines and Government regulations and specifications, and ability to expedite Design and Bidding documents. It is very important that the A/E be able and willing to respond to small to medium sized projects, as they will be the most common. Describe proposed design philosophy. Address how your A/E firm will handle anticipated problems and potential solutions. (3) CAPACITY- to perform approximately $750,000 in NIH work of the required type in a one-year period in relation to a firm's overall capacity. Indicate the firm’s present workload. For each design team firm, list all relevant, current projects being designed in the design team firm's office, and indicate the current design fee. For each project, identify the current design fee, the current stage of design, and the anticipated design completion date. Indicate the firm's present workload and the availability of the project team (including sub consultants) for the specified contract performance period and the availability of the project team (including consultants) for the anticipated contract performance period (July 2010-June 2011) and indicate specialized equipment available. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. (4) PAST PERFORMANCE – Past Performance on Government contracts and other private industry contracts with respect to quality of work as a record of conforming to specifications and standards of good workmanship, adherence to contract cost control, and compliance with performance schedules, including the administrative aspects of performance, reputation for reasonable and cooperative behavior, commitment to customer satisfaction, and business-like concern for the interest of the customer. Points of contact provided in other criteria may be contacted. A proposal with no record of relevant past performance information shall be evaluated neither favorably nor unfavorably. For each project provided as experience under Criteria (1) and Criteria (2): If a federal contract, provide a copy of all "Performance Evaluation - (Architect - Engineer)" issued for that contract; If not a federal contract, provide facility owner documentation of the firm's performance issued on that contract. If no documentation exists, so state on the SF330. Provide a current client reference contact for a minimum of five (5) relevant projects completed in the last two (2) years. Provide for each project, name, title, address, phone/fax number and e-mail of owners representative. Projects submitted should demonstrate a desire for smaller projects, but also the ability to handle medium sized projects. Provide the estimates for the relevant projects that were listed, identifying the initial A/E construction budget, bid price of project, amount of change orders and percent of changes for the various major divisions (architectural, mechanical, electrical, structural, and civil). Provide copies of awards and letters of appreciation/commendation. (5) LOCATION- firms must have an existing active design production office within 50 miles of the NIH located in Bethesda, MD and Ft. Detrick located in Frederick, MD; and knowledge of the locality of the project, provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract. (6) DESIGN MANAGEMENT - Provide a narrative description of your proposed management plan for project planning, coordination, scheduling, cost control methods, production facilities capabilities and techniques for both design projects and construction services. Describe techniques planned to control (1) project management, (2) schedule, (3) quality and (4) costs. Describe the personnel responsible for these areas, including the project manager, and consultants. (7) DESIGN ABILITY/POTENTIAL - Describe project experience for the renovation of biomedical research facilities and vivariums, as well as office facilities..Include evidence of the team's ability with respect to innovative, quality and flexible design solutions, in particular as it applies to small and medium-sized renovation projects. Include experience with the design and modifications of occupied facilities, development of conceptual designs and cost estimates. SUBMISSION REQUIREMENTS: Interested parties having the capabilities to perform this work must respond and submit a letter of interest along with an original and two (2) copies of a SF 330 (submitted for prime firm and each key sub consultant) in hardcopy and electronic format. Limit the SF 330, along with supporting data specifically responding to the above criteria, to a total of not more than 50 pages (8 X 11) for the entire team. Responses are due by 1:00 p.m. EST, May 17, 2010. Submittals received after this date and time are late and will not be considered. Your SF330 must be submitted to: Department of Health and Human Services Program Support Center Division of Acquisition Management, SAS Attn: Erica Binnix, Contracting Officer PSC Announcement Number: 10-233-SOL-00046 Parklawn Building, Room 5-101 5600 Fishers Lane Rockville, Maryland 20857 The SF330 must be sent electronically to pscacquistions@psc.hhs.gov; Attn: Erica Binnix. NOTE: Due to increased security in Federal Buildings, please allow extra time for your proposal to be delivered to the Contracting Office. Proposals that are delivered by the Contractor or a Courier must be taken to the loading dock behind the Parklawn Building, accessed via Parklawn Drive. All packages will be x-rayed. The telephone number for the Contractor or Courier to call to be escorted to the Contracting Office is 301-443-2475. Visitors will be required to provide photo identification and provide a name and telephone number of the individual being visited, Erica Binnix (301) 443-2475. All SF 330s must be current reflecting a date not more than one year from the date of this notice. All projects provided in the SF 330 (Architect-Engineer Qualifications) must be completed by the office/branch/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. The SF 330 must clearly state the office/branch/individual team members performing the work on all projects presented. The evaluation board may interview firms who are slated. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. Information to be provided will be determined at the time the decision is made concerning interviews. All responsive offers will be considered. The following is clarification for completion of the SF330. SF330 Part I, Contract Specific Qualifications, is limited to 50 pages. Part I, Section D, Organizational Chart is not included in the 50-page limit. Identify the overall relationship and lines of authority of the proposed team, including key sub consultants. (Note: All individuals listed on the organization chart are not required to have a resume in Section E, such as administrative or lower level engineering positions.) SF330 Part II, General Qualifications, is limited to one page for the prime contractor and one page for each subcontractor/sub consultant. In Part I, Section B, block number five (5), include the firm's Tax Identification Number. Part I, block 16 also include the year(s) the degree(s) was received. Part I, block 17, include the year(s) the Professional Registration (s) was first issued. All other information remains the same. Additional information relative to specific projects is not available at this time and requests for it will not be considered. Site visits will not be arranged during the submittal period. Firms, their subsidiaries, or affiliates, which design or prepare specifications for a construction contract or procurement of supplies, cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Completed SF-330’s, relevant information obtained from references, information obtained via oral presentations and other relevant sources will be evaluated by a government board in accordance with PL 92-582 (Brooks Act) and Federal Acquisition Regulations (FAR) Part 36, to determine the most highly qualified firms.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/10-233-SOL-000146/listing.html)
 
Place of Performance
Address: Various Locations in and around Bethesda, MD and Frederick, MD (Ft. Detrick)., United States
 
Record
SN02150132-W 20100516/100514234926-dfdfe64ddd7e17ecc4f4e71e5a35a134 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.