Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2009 FBO #2679
SOURCES SOUGHT

C -- CDC Lab Renovation Design

Notice Date
3/26/2009
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, DHHS/IHS/ Division of Engineering Services, 2201 6th Avenue, Mail Stop RX-24, Seattle, Washington, 98121
 
ZIP Code
98121
 
Solicitation Number
09-102-SOL-00006
 
Archive Date
5/13/2009
 
Point of Contact
Casey B. Lafran,, Phone: 206-615-2462, Linda C. F. Shaw,, Phone: 206/615-2504
 
E-Mail Address
casey.lafran@ihs.gov, linda.shaw@ihs.gov
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice - CDC Lab Renovation Design The Indian Health Service, through a partnership with the Centers for Disease Control (CDC), is seeking qualification statements of AE firms to provide design services for a renovation of an existing laboratory facility in Anchorage, AK, supporting the CDC Arctic Investigations Program (AIP). The existing two story brick building was constructed in the 1990s and is located at 4055 Tudor Centre Drive, Anchorage, Alaska. The facility consists primarily of labs, lab support offices, an entry lobby, and shipping/receiving spaces on the first floor with general offices and support spaces on the second floor. Mechanical systems are housed primarily in a rooftop penthouse above the second floor. This project includes a first floor renovation (approximately 4800 sqft) of the existing biosafety containment labs, expanding those labs into existing office spaces, and relocating those offices into a new first floor addition (1300 sqft) adjacent to the labs, along with associated mechanical system changes and new lab casework throughout. Access during construction must be maintained for selected areas on the first floor. Offices on the entire second floor and the parking lot will remain occupied during construction. The estimated performance period of this design project is from June 24, 2009 to November 27, 2009, with an option for construction administration services through July, 2010. The value for design services is estimated between $100K and $250K. Bidding for construction is anticipated to begin December 2009 and final completion in July 2010. The magnitude of construction is between $1M and $5M. Specialized knowledge of bio-containment laboratory spaces may not be generally available within the AE community in Alaska. Although prior experience in designing laboratory spaces is desirable, the owner will retain an independent laboratory planning consultant and respond to specialized design issues associated with biocontainment lab spaces to better focus AE services on building design activities. A project development study (PDS) has been conducted to optimize the organization of these spaces pursuant to CDC standards, and the layout has been finalized prior to engaging design services to ensure effectiveness of the space. Design services awarded under this project will use the PDS as a schematic basis to begin design activity. The initial submittal phase will include a design schematic that demonstrates satisfactory integration of the planning study into the design. Additional AE services required for the project include design development drawings, construction documents, cost estimates, construction specifications, record drawings, along with commissioning and construction contract administration support. All responses will be evaluated by the following criteria, listed here in descending order of importance: PAST PERFORMANCE (weight=10) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with schedules. Demonstrated success in meeting specific sustainability, energy efficiency, and LEED goals. Demonstrated success in coordinating multiple disciplines, including projects having a similar degree of complexity, scope, and size. SPECIALTY EXPERIENCE (weight=9) Specialized experience and technical competence in biocontainment laboratory design, critical mechanical ventilation and control systems, arctic and earthquake structural design, sustainability features, and building expansions and improvements that required continuation of operations, mechanical and structural continuity, and architectural consistency during construction. TEAM COMPOSITION AND INTERNAL WORKING RELATIONSHIP (weight=8) Exemplary teamwork, communication, and success rate of team members working together, demonstrated by accomplishments spanning multiple projects over several years. Demonstrated QA/QC process for managing design services. Effective discipline coordination in preparing documents. PROJECT SUPPORT (weight=6) Demonstrated success in providing support to the owner in meeting project goals by evaluating constructability issues during design, incorporating operational limitations associated with occupancy, security, site use, staging, access, and security during construction to mitigate project impacts on existing operations. PROFESSIONAL QUALIFICATIONS (weight=5) Professional qualifications of the project manager and those who will be performing the majority of work on this project, including AE registration, LEED certification, degrees, and other accreditations and qualifications applicable to AE work. LOCATION (weight=3) Location of your firm in the general geographical area of the project. Experience in working in Alaska, and familiarity with local conditions including arctic and seismic design. CAPACITY (weight=2) Availability of key staff during the estimated performance period, stability/solvency of the firm, and other evidence of ability to accomplish the work in the required time. This procurement is being managed by the Indian Health Service, Division of Engineering Services in Seattle, Washington, and is open to both large and small business concerns under the Small Business Competitiveness Demonstration Program. The project site is NOT located on an Indian Reservation and there are no Indian preference requirements. The applicable NAICS Code is 541310 Architectural Services; the Business Size Standard is $4.5 million. All interested firms, please submit seven (7) copies of a recently completed Standard Form (SF) 330, Architect-Engineer Qualifications, in accordance with Numbered Note 24 to the Contract Specialist no later than Tuesday April 28, 2009 at 11:00 AM Seattle time. Include supporting documentation that specifically addresses the above evaluation criteria. Solicitation number 09-102-SOL-00006 has been assigned and should be referenced on all correspondence regarding this announcement. The top ranked firms will be selected based on how well they meet the above criteria. Top ranked firms will be notified by May 9th 2009. IHS will conduct interviews with top ranked firms in Anchorage, May 19th and 20th. All interested firms should be available for meeting at the AIP during these dates. All questions regarding this project should be sent by email to the Contract Specialist above. Inquiries left by voicemail may not be returned.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2d83ff68c974c20fb95d4c60e4219ae8&tab=core&_cview=1)
 
Place of Performance
Address: 4055 Tudor Centre Drive, Anchorage, Alaska, 99508-5932, United States
Zip Code: 99508-5932
 
Record
SN01778105-W 20090328/090326215210-2d83ff68c974c20fb95d4c60e4219ae8 (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.