SOLICITATION NOTICE
C -- Indefinite Delivery Master Planning Contract for the National Cancer Institute throughout the Washington Metroplitan Area and Frederick, Maryland.
- Notice Date
- 5/23/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-07-R-0049
- Response Due
- 6/22/2007
- Archive Date
- 8/21/2007
- Small Business Set-Aside
- N/A
- Description
- This contract is being procured in accordance with the Brooks Architect-Engineer (AE) Act as implemented by FAR Subpart 36.6. Master Planning services are required for this Indefinite Delivery contract that may be used by the National Cancer Institut e throughout the Washington Metropolitan area and Frederick Maryland. The concentration of work will be for the National Cancer Institute but with the explicit consent of the NCI Contracting Officer Technical Representative (COTR), the contract may be used anywhere throughout the North Atlantic Division (Connecticut, Delaware, District of Columbia, Maine, Maryland, Massachusetts, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island, Vermont, Virginia, West Virginia). A design component is requir ed of limited nature. Typically, planning projects identify a need. This contract will have the capability to undertake small designs. This contract will not design vertical construction projects. The announcement is open to all businesses regardless o f size. The contract is for 3yr/$3,000,000 with no base or option periods. Individual task orders will not exceed the total contract amount. The selected firm must be capable of responding to and working on multiple tasks orders. Task orders will be fi rm-fixed-price. 1. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100 180, 95 507, and PL 99 661. A minimum of 45 % of the total planned subcontracting dollars shall be placed with small business concerns. At least 20% of total planned subcontracting dollars shall be placed with Small disadvantaged businesses, to include Historically Black Colleges and University or Minority Institu tions, 10% with Women-owned small businesses (WOSB), 3% shall be placed with Hubzone Small Businesses (HubSB), 3% with Veteran-owned small businesses and 3% with Service Disabled Veteran-owned small businesses. The subcontracting plan is not required with this submittal. The North American Industry Classification Code (NAICS) is 541330. For small business purposes the size standard is $4,000,000.00 average annual receipts over the last 3 fiscal years. 2. PROJECT INFORMATION: The task orders will cover master planning and limited design needs throughout the contract term. The tasks anticipated include but not limited to: Master Planning task orders - land use plans; long range components; short-range com ponents; capital investment strategies; installation design guides; real property management plan digests; facility utilization studies; site investigations; range planning; minor designs; surveying, aerial photography and related mapping; programming docu ments such as DD forms 1391; planning charrettes; utilities and storm water management assessments; transportation management plans and traffic assessments; contingency assessments (for expansion/contraction of installation); future development plans; faci lities requirements analyses; landscape development plans; building information schedules; ICUZ studies (noise impact); communication plans; energy management and support; energy plans; fire and life safety studies; National Environmental Policy Act NEPA c ompliance, including preparation of environmental assessments (EA) or impact statements (EIS), and associated NEPA public disclosure & coordination procedures; natural and cultural resources management planning and National Historic Preservation Act (NHPA) compliance management planning (i.e., Section 106 and 11 0 procedures); physical security and force protection plans. For design: surveys, geotechnical investigations, permitting, design charrettes design build requests for proposal, full designs, and oth er general A-E services for multi-disciplined new construction projects, alterations, renovations, maintenance and repair, tenant fit-up and operations for military and other, non-military gove rnment agencies. The anticipated projects are: laboratories and research facilities; biopharmaceutical facilities; data, information management and electronic communications facilities; military testing facilities; medical treatment facilities; administra tion facilities; warehouses; infrastructure upgrades; community support facilities; recreational and physical fitness facilities; and child development facilities. 3. SELECTION CRITERIA: The selection criteria listed below are in descending order of importance: A. The firm must demonstrate specialized and technical competence in: (1) all master planning aspect s as detailed in the aforementioned paragraph; (2) Design of renovation of existing facilities or new facilities of various types and sizes including, but not limited to patient care facilities, biomedical research facilities, research laboratory facilities; biopharmaceutical facilities; animal holding facilitie s, administrative and office facilities, data, information management and electronic communications facilities. Note that any renovation and/or new construction will be limited to small types of projects such as antiterrorism and force protections, securi ty issues, and minor infrastructure repairs. Signification renovations and new construction will be undertaken with other contracts. (4) Experience with the design and integration of extensive, robust, internal communication networks into building system s architecture; (5) Preparation and development of the technical information for design build request for proposals; (6) Experience with execution of multiple task orders simultaneously; (7) Application of construction cost control through appropriate desi gn and construction techniques on complex projects during fluctuating markets to insure projects remain within budget; (8) Past performance on contracts with government agencies and private industry in terms of quality of work and compliance with performan ce schedules; (9) Coordination, submissions and presentations to the State Historic Preservation Office, National Capital Planning Commission, and the Commission of Fine Arts; (10) Extent of participation of small businesses including Woman owned small bus iness, Small Disadvantaged business, Historically Black Colleges, Universities & Minorities, Hub-Zone small business, Veteran Owned Small Business, and Service-Disabled Veteran-owned small business. (11) Experience with storm water management and erosion a nd sedimentation control in various jurisdictions; (12) Topographic surveys, soil surveys, and subsurface exploration including associated testing; (13) Analysis and implementation of anti-terrorism and force protection requirements; (14) Analysis and impl ementation of Leadership in Energy and Environmental Design (LEED) criteria; (15) Geographic location of the prime and consultants in proximity to Bethesda, Rockville and Frederick. B. The firm must have registered and licensed personnel, either in-house o r through consultants, in the following key disciplines: Project manager, architect, civil engineer, electrical engineer, communications and related systems engineer, structural engineer, mechanical engineer, fire protection engineer, geotechnical engineer , building commissioning expert, land surveyor, planner, interior designer, cost estimator, landscape architect, GIS, and industrial hygienist. The fire protection engineer shall be a registered professional engineer, have a minimum of five years experien ce dedicated to fire protection engineering, and one of the following: (a) a degree in Fire Protection Engineering from an accredited university, (b) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineer ing examination, or (c) be registered in an engineering discipline related to fire protection. The evaluation of these disciplines will consider education, training, overall and relevant experience and longevity with the firm. The availability of a n adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the potential of working on multiple task orders for multiple customers. C. Work and Design Quality Management Plan: A proposed management plan shall be presented which shall include an organization chart and briefly address management approach, team organization, professional registration, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experie nce of the prime firm and any of their significant consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit Parts I and II of the SF 330 for the prime and joint venture(s). Part II of the SF 330 must be submitted for each consultant to the address below, no late r than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business the next business day. On SF 330, Part I, Block 5, include DUNS number for the prime firm. On the SF 330, Part I, Block F, provide the title and contract award dates for all projects listed in that section. Submit responses to U.S. Army Corps of Engineers, City Crescent Building, ATTN: Mr. Gary Faykes, 10 South Howard Street, Ro om 7000, Baltimore, MD 21201. Technical questions may be directed to Mr. Frank A. Cirincione, P.E., at (410) 962- 4170. Contracting questions can be directed to Mr. Gary Faykes (202) 730-3773 or gary.faykes@nab02.usace.army.mil. These forms shall be subm itted to the above address not later than 3:00 PM, LOCAL TIME on June 22, 2007. Four copies of the SF 330 submission are required. The SF 330 shall have a page limit of 125 pages. A page is one side of a sheet. Font size shall not be less than 10 font and margins shall not be less than one inch. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records fo r themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dun and Bradstreet at 1-866-705-5711. Solicitation packages are not provided. NO TE: In order to maintain total objectivity in the A/E selection process, telephone calls and e-mails to discuss this announcement are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this announcement will not be sche duled. This is not a request for proposal.
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Country: US
- Zip Code: 21203
- Record
- SN01301566-W 20070525/070523230209 (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 |