Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2010 FBO #3122
SOLICITATION NOTICE

C -- Architectural/Mechanical/Electrical Design Services

Notice Date
6/10/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, DO-ATL HFR-SE1, Crawford & Annex I-60, Atlanta, Georgia, 30309, United States
 
ZIP Code
30309
 
Solicitation Number
10-223-SOL-00046
 
Archive Date
8/10/2010
 
Point of Contact
Nicholas E Sartain, Phone: 870-543-7370
 
E-Mail Address
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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 will consist of all the professional disciplines including mechanical, electrical, structural, and environmental and civil engineering, and architectural, landscape architectural and interior design specialists as required by the Food and Drug Administration at the Jefferson Lab Complex in Jefferson, AR. Not all disciplines will be required for each project. In addition, services may include special studies requiring detailed analysis and written reports; bidding and award activities, construction administration and inspection. The associated North American Industry Classification System (NAICS) Code is- 541310- Architectural Services; Small Business Size Standard is $4.5 Million. This acquisition is a total small business set aside. The requirement will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract on projects conceived to repair, improve and remodel buildings, utilities, electrical energy audits, HVAC projects and other facilities. Asbestos removal and disposal may be included in some of these projects as a part of the demolition process. It is anticipated that the requirement will be for a base year plus four (4) option years with an estimated not to exceed amount of $7,000,000. The one-time guaranteed minimum order amount for the entire five year period is $1,000.00. Task Orders under this contract will not exceed $500,000. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Specific projects, as they are approved, will be accomplished by the negotiation and issuance of individual fixed-price delivery orders. The Architect-Engineer (A/E) shall provide all professional services to cover a wide range of architectural and engineering services including furnishing architectural, interior design, structural, civil, mechanical, electrical, electrical energy audits, HVAC projects and engineering services for the performance of planning, programming, surveys, studies, investigations, review of shop drawings, samples and equipment, and the preparation and development of reports, working drawings, specifications, cost estimates, other related documents and construction administrative services, but are not limited to: Preparation and development of Environmental Assessment (EA), Preparation and development of the project's Program of Requirements (POR), Preparation and development of diagrammatic (Conceptual) Design, Preparation and development of construction documents, sometimes in multiple packages for phased construction to include drawings, specifications, cost estimates, design analysis and calculations and other related documents, Performance of topographical survey services, Performance of geotechnical engineering services, Preparation of renderings and/or models, provide a full range of post design services, and Performance of other services that may be required. The firm will be responsible for cost concepts to be employed during study and design phases of specific task order projects include life-cycle cost, design-to-cost, value engineering. The design firm shall select the product and/or system after performing a life cycle cost analysis. If the Government determines after evaluations that a single firm is incapable of performing all of the requirements for the Architectural design to include both Mechanical and Electrical, two separate awards may be made as follows: 2. Architectural Design & 3. Mechanical/Electrical Engineering Design. The government will determine which contract the individual task order will go too based on the majority of the required work. For example of most of the work in a task order is for architectural with a small percentage of mechanical/electrical then the task order will go the architectural contract and vice versa. We are also interested in receiving responses from A&E firms for either: a) Architectural Design only or b) Mechanical/Electrical Engineering design only. Each potential contractor will be evaluated on the following factors: (1)Professional qualifications of the firm (20%): Overall adequacy of staff(s) qualifications of principals and project managers; length of time firm has been established; (2)Experience of Staff(s) (30%): Overall design ability of principals and professionals; specific design ability and experience in scientific research laboratories and animal facilities. All Key personnel must be professionally registered in their discipline. (3)Specialized experience and technical competence in repair, remodel and retrofit projects (20%): Exhibited design ability in the design of remodel and retrofit projects; (4) Overall Past Performance Record (20%): Exhibited performance abilities for previous contracts with Government agencies and private industry in terms of design, management, scheduling, cost control, quality of work and compliance with performance schedules. Abilities manifested by awards, citations, commendations, etc. For projects provided as experience under Criteria (1), (2) and (3) above: 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; Provide accessible owner points of contact- name, title, address, telephone number, fax number and email address; (5)Location of principal and consultants offices within 100 miles of Jefferson Laboratories (10%): Consideration includes travel distance and/or time to NCTR for design conferences, inspections, data gathering, etc. Firms which meet the requirements of this announcement are invited to submit for the firm and all consultants, in original and three (3) copies, (1)Standard Form 330, "Architect - Engineer Qualifications" (available at http://www.gsa.gov) and (2)any supplemental data which is pertinent to this acquisition. The SF 330 must clearly state the office/branch/individual team members performing the work on all projects presented. Firm must state which requirement they would like considered for i.e. 1. Architectural design to include both Mechanical and Electrical. 2. Architectural Design contract. 3. Mechanical/Electrical Engineering Design contract. The firm shall identify in Section H of its SF 330 its DUNS number. The firm shall assume that the Government has no prior knowledge of its experience and will base its evaluation on the information presented in the firm's SF 330. The offeror is reminded that the Government reserves the right to award this effort based on the initial SF 330, as received, without discussion.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/10-223-SOL-00046/listing.html)
 
Place of Performance
Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN02174606-W 20100612/100610235525-9e3642cd0f14691e3916867fe949c06d (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.