Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2010 FBO #3044
SOLICITATION NOTICE

C -- A-E Serviced

Notice Date
3/24/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, 13 South St., Room 2E43, MSC 5711, Bethesda, Maryland, 20892-5738
 
ZIP Code
20892-5738
 
Solicitation Number
NIHOF2010254
 
Archive Date
5/21/2010
 
Point of Contact
James S Parr, Phone: 406-363-9207
 
E-Mail Address
parrj@mail.nih.gov
(parrj@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PRE-SOLICITATION ANNOUNCEMENT NIHOF2010254 C-Architectural/Engineering Services for Term Type Design Contract for the NIEHS 1. CONTRACT INFORMATION: 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, environmental and civil engineering, and architectural, landscape architectural and interior design specialists as required by the National Institutes of Health (NIH) in support of biomedical research and support facilities at the National Institute of Environmental Health Sciences (NIEHS) in Research Triangle Park, NC. 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. One Indefinite Delivery Indefinite Quantity contract will be negotiated and awarded, with a base year estimated capacity not to exceed $1,000,000. 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 or until an additional limit of $1,000,000 is reached for each period, whichever occurs first. However, if the dollar capacity of the previous period has not been utilized, the unused capacity will carry over to the following option period (if it is exercised). The maximum contract value may not exceed $5,000,000 aggregate total. The maximum guarantee for the contract shall not exceed $5,000 and is dependent upon the number of option years, if any, exercised by the Government. The minimum guaranteed fee is $1,000 for the base year. The hourly rates will be negotiated for each 365-calendar day rate period. Rates for the Base Rate Period are effective for the first 365 calendar days from date of award, rates for the Second Rate Period are effective from the 365th to the 730th day from date of award, and so on (irrespective of which option period is in effect). Task Orders under this contract will not exceed $1,000,000. The value of individual task orders executed under this contract may range from $5,000 to $1,000,000. Under the existing task order A/E contract, NIH has averaged awarding about 4 task orders per year with a range from $5800 to $115,000 per task order award. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. 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. 2. PROJECT INFORMATION: The work shall include 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. Work will be submitted in hard copy report format, hard copy D-size drawings, and/or automated/CADD format including digital photos and data support. 3. SELECTION CRITERIA: The selection criteria for this contract is listed below in descending order of importance. (a) Professional Qualifications (35%): in the following key disciplines: (1) Licensed mechanical engineers. (2) Licensed electrical engineers. (3) Licensed structural engineers. (4) Licensed civil engineers. (5) Licensed architects. (6) Licensed landscape architects and (7) Licensed interior design specialists. (8) Registered land surveyors. (9) Engineering, surveying, and CADD technicians. 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 North Carolina to provide professional engineering facilities design services. Each design discipline shall be supervised by a licensed professional engineer/architect registered in the respective discipline. All Key personnel must be professionally registered in their discipline. (b) Specialized Experience and Technical Competence in (25%): 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. (c) Past Performance (25%): 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 (a) and Criteria (b): 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, and fax number; and Provide copies of awards and letters of appreciation/commendation. If information to be submitted for a specific project applies to more than one of the projects provided as experience under Criteria a (SF 330 Section E) and Criteria b (SF 330 Section F), submit only one copy of the information, and clearly identify to which other projects it is applicable to. (d) Capacity (5%): to perform approximately $1,000,000 in NIH work of the required type in a one-year period in relation to a firm's overall capacity. Indicate the firms 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 (Calendar Year 2011) and indicate specialized equipment available. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. (e) Knowledge of RTP issues (5%): demonstrated knowledge of design approaches, construction materials, codes/ordinances, costs, and other conditions unique to NIH, Research Triangle Park, North Carolina. (f) Location (5%): in the general geographical area of the project 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. SUBMISSION REQUIREMENTS: Interested parties having the capabilities to perform this work must respond to the solicitation package and submit a letter of interest along with six (6) copies of a SF 330 (submitted for prime firm and each key sub consultant) and six (6) additional photographic and/or technical materials. An electronic version of the material on CD is also required. Only ten letter size sheets may be attached to the SF 330 as supplemental information (photographic and/or technical material), specifically responding to the above criteria. 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. Firms are requested to keep the total page count of SF 330 submission to no more than 30 pages of text. 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. The solicitation for this requirement is expected to be posted at the Federal Business Opportunities web site on or about 8 April 2010. Responses are due by 4:30 p.m. (Hamilton, MT, local time), May 6, 2010. Submittals received after this date and time are late and will not be considered. The following is clarification for completion of the SF330. SF330 Part I, Contract Specific Qualifications, is limited to 30 pages. Part I, Section D, Organizational Chart is not included in the 30-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. Telegraphic and facsimile SF 330's will not be accepted. For courier deliveries, the physical address is: 903 S. 4th Street, Bldg. T-23, Hamilton MT, 59840. Cleary annotate on the outside of the package "SF330 in response to NIH announcement NIHOF2010254". POC: Jim Parr, (406) 363-9207.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/NIHOF2010254/listing.html)
 
Place of Performance
Address: National Institutes of Health, Facilities Management Branch, Research Triangle Park, North Carolina, 27709, United States
Zip Code: 27709
 
Record
SN02101811-W 20100326/100325011958-bc2400eb03a1235b2501be773dfd4fd0 (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.