Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2007 FBO #2006
SOLICITATION NOTICE

C -- A maximum of five Indefinite Delivery contracts will be awarded to support the National Cancer Institute throughout the Washington Metropolitan 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-0050
 
Response Due
6/22/2007
 
Archive Date
8/21/2007
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: These contracts are being procured in accordance with the Brooks Architect-Engineer (AE) Act as implemented by FAR Subpart 36.6. A maximum of five Indefinite Delivery contracts will be awarded to support the National Cancer I nstitute 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). Each contract is 3yr/ $3M. Up to three of the selected firms may be unrestricted. At least one of the selected firms will be selected as a small business prime. These contracts will not have base and options periods. Individual task order may not exceed $3,000,000, the fisca l limit of the contract. This is not a multiple award scenario as defined under FASA. Contracts will be firm-fixed-price. The firm must be capable of responding to and working on multiple task orders concurrently. When one or more AE Indefinite Delivery contracts with similar scopes of work exists, the basis for selecting an AE for a particular task order will be based on several factors including the current capacity of the contracts, ability of the AE to perform the task in the required time, AE workloa d, any unique specialized experience that the AE can offer, customer satisfaction and project requirements. While this process is necessarily a subjective process, the intent of this contract is to satisfy customer needs in an expeditious and cost effectiv e manor. Contracts may be issued up to twelve months after selection approval and will be issued based on the order of ranking of the firms by the selection board. 2. 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. 3. PROJECT INFORMATION: The task order will cover design and post design services throughout the contract term. 4. SELECTION CRITERIA: The selection criteria listed below are in descending order of importance: A. The firm must demonstrate specialized and technical competence in: (1) Design of renovations of existing facilities (with limited new construction) of vari ous types and sizes including, but not limited to office/administrative, research laboratory and biomedical facilities, biopharmaceutical facilities , patient care and clinical facilities, animal holding facilities, high tech meeting facilities with state of the art AV and telecommunication capabilities. (2) Experience in the design of innovative and/or architecturally complex facilities with a requirement for highly reliable, redundant utility systems; (3) Experience with the design and integration of exte nsive, robust, internal communication networks into building systems architecture; (4) Experience in the design of new research laboratories and support facilities to include the i ntegration of state of the art investigative and analytical technology, various levels of containment, life safety, fire protection and commissioning activities; (5) Experience with Biosafety in Microbiological and Biomedical Laboratories (BMBL) criteria f or facilities with Bio-safety Levels II laboratories; (6) familiarity with Joint Commission on the Accreditation of Healthcare Organizations (JCAHO) requirements (7) Preparation and development of the technical information for design-build request for prop osals; (8) Experience with large task order contracts and handling multiple, large task orders simultaneously; (9) use of AutoCADD and Vision/FM , professional facilities management software; (10) the ability to provide onsite temporary staff for specializ ed activities such as CADD design, quality control inspectors and project managers; (11) Application of construction cost control through appropriate design and construction techniques on complex projects during fluctuating markets to insure projects remai n within budget; (12)Past performance on contracts with government agencies and private industry in terms of quality of work and compliance with performance schedules; (13) Coordination, submissions and presentations to the State Historic Preservation Offi ce, National Capital Planning Commission and the Commission of Fine Arts; (14) Experience with post design construction management services including but not limited to shop drawing reviews, site visits, and technical assistance during construction; (15) Extent of participation of small businesses including Woman owned small business, Small Disadvantaged business, Historically Black Colleges, Universities & Minorities, Hub-Zone small business, Veteran Owned Small Business, and Service-Disabled Veteran-owne d small business; (16) Experience in the design of sensitive compartmented information facilities; (17) Geographic location (Bethesda, Rockville and Frederick); (18) Analysis and implementation of Leadership in Energy and Environmental Design (LEED) criter ia; (19) Experience in the use of Building Information Modeling. Note: Failure to address each of the aforementioned criteria will be one of the reasons for non-advancement. B. The firm must have registered and licensed personnel, either in-house or thr ough consultants, in the following key disciplines: Project manager, architect, electrical engineer, communications and related systems engineer, civil engineer, structural engineer, mechanical engineer, fire protection engineer, building commissioning exp ert, interior designer, cost estimator and geotechnical engineer. The fire protection engineer shall be a registered professional engineer, have a minimum of five years experience dedicated to fire protection engineering, and one of the following: (a) a de gree in Fire Protection Engineering from an accredited university, (b) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination, or (c) be registered in an engineering discipline related to f ire protection.. The evaluation of these disciplines will consider education, training, overall and relevant experience and longevity with the firm. The availability of an adequate number of personnel in the key disciplines shall be presented to insure tha t 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 experience 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. 5. 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 later than the close of business on the 30t h 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, Bl ock 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: Ms. Lydia Hill, 10 South Howard Street, Room 7000, Baltimore, MD 21201. Technical qu estions should be directed to Mr. Frank Cirincione at (410) 962-4170. Contracting questions can be directed to Ms. Lydia Hill at (202) 730-3710 or lydia.a.hill@nab02.usace.army.mil. These forms shall be submitted to the above address not later than 3:00 P M, LOCAL TIME on 22 June 2007. Four copies of the SF 3 30 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. Effect ive 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 for themselves at the same physical location to i dentify 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. NOTE: In order to maintain total objectivity in th e 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 scheduled. 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
 
Record
SN01301567-W 20070525/070523230210 (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.