Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2011 FBO #3413
SOLICITATION NOTICE

C -- 11-284-SOL-00013

Notice Date
3/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Supply Service Center, Building 14, Perry Point, Maryland, 21902
 
ZIP Code
21902
 
Solicitation Number
11-284-SOL-00013
 
Archive Date
5/10/2011
 
Point of Contact
Leslie M. Lucas, Phone: 4106420701
 
E-Mail Address
leslie.lucas@psc.hhs.gov
(leslie.lucas@psc.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Contracting Office Address: The U.S. Department of Health and Human Services Program Support Center/Supply Service Center Building #14 Perry Point, MD 21902 This is a combined synopsis/solicitation for architectural and engineering services in accordance with Federal Acquisition Regulations (FAR) Part 13. The solicitation is issued as a Request for Qualifications (RFQ), number 11-284-SOL-00013. The Department of Health and Human Services (DHHS) Supply Service Center, Perry Point, MD, is seeking architectural and engineering (A&E) design services to support construction of a cold storage facility for pharmaceuticals in accordance with the attached Statement of Work (SOW). This requirement is 100% set-aside for small business. The North American Industry Classification System (NAICS) Code is 541310, and the Size Standard is $4.5 Million. To be considered for award, an A-E firm must be registered in the Central Contractor Registration (CCR) database. A-E firms can obtain CCR registration information and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757; or by visiting the CCR web site at http://www.ccr.gov. The A-E is also required to submit Annual Representations and Certifications via the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. Registration in ORCA requires an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in the CCR record. The firm's DUNS number and MPIN act as its ID and password into ORCA. Information in ORCA must be reviewed and/or updated when necessary, but at least annually in order to maintain active status. THIS IS NOT A REQUEST FOR PROPOSAL. SELECTION PROCESS : This is a Request for Qualifications (RFQ) of A-E Firms. The A-E selection will be completed in two stages as follows: STAGE I: The first stage will establish the experience and capabilities of the A-E Firms. Interested A-E Firms will provide documentation in an 8-1/2 x 11 format. The submission should include the following: a letter of interest referencing the FedBizOpps announcement number and briefly describing the A-E Firm; and the Standard Form 330 Architect-Engineer Qualifications (utilizing the SF-330 (PDF version). 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 may be excluded from evaluation consideration. The SF 330 must clearly state the office/branch/individual team members performing the work on all projects presented. 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. All responsive offers will be considered. The following is clarification for completion of the SF330. SF330 Part I, Contract Specific Qualifications, is limited to 25 pages. Part I, Section D, Organizational Chart is not included in the 25-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. All other information remains the same. Site visits will not be arranged during the submittal period. Each A-E Firm will be evaluated during Stage I using the following EVALUATION CRITERIA, the criteria is listed in descending order of importance: (1) Specialized Experience and Technical Competence : Demonstrate knowledge of projects relating to cold storage vaults for pharmaceuticals, and energy conservation design. Recent experience (within the last 5 years) of the design team members individually and collectively as a total team (A/E, client, outside agencies) similar projects per the attached statement of work, including project surveys, studies, designs including bridging documents and specifications, cost estimates, and post-design services and other related documents. Ability to provide work in hard copy report format. (2) Past performance: Past Performance 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. Qualifications with no record of relevant past performance information shall be evaluated neither favorably nor unfavorably. If no documentation exists, so state on the SF330. Provide a current client reference contact for a minimum of two (2) relevant projects completed in the last two (2) years. Provide for each project, name, title, address, phone/fax number and e-mail of owners representative. Projects submitted should demonstrate a desire for smaller projects, but also the ability to handle medium sized projects. Provide the estimates for the relevant projects that were listed, identifying the initial A/E construction budget, bid price of project, amount of change orders and percent of changes for the various major divisions (architectural, mechanical, electrical, structural, and civil). Submit completed Past Performance questionnaires (Attached) for each of the projects listed under relevant experience. Note: Past Performance Questionnaires require a two-step process. Qualified firms shall (1) complete sections 1 - 6 of the Questionnaire and (2) provide the Past Performance Questionnaire to the client reference in question. The client reference shall complete the remaining section 7 of the Past Performance Questionnaire and submit the entire Past Performance Questionnaire via E-mail to Ms. Leslie Lucas at leslie.lucas@psc.hhs.gov. (3) Professional Qualifications : Licensed or registered architects/engineers are preferred but not required. 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. The selected firm shall have experience in providing design services for pharmaceutical cold storage units. Key Personnel qualifications and relevant experience as individuals and as a team, in particular on similar requirements per the attached statement of work will be considered. (4) Capacity: Identify capacity to perform work of the required scope and the associated timeframe. Indicate the firm's present workload and the availability of the project team (including consultants) for the anticipated contract performance period (6 months) and indicate specialized equipment available. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. (5) Location : firms must have an existing active design production office within 100 miles of the DHHS Supply Service Center located in Perry Point, MD 21902; 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. STAGE II : The completed SF 330 will be evaluated by the Department Of Health and Human Services Evaluation Board. This final selection shall be a listing, in order of preference, of the firms considered most highly qualified to perform the work, and discussions shall be held with the top three (3) firms selected. In accordance with FAR 36.606, negotiations shall be conducted beginning with the most preferred firm in the final selection. All firms on the final selection list will be considered "selected firms" with which the contracting officer may negotiate in accordance with 36.606. IMPORTANT INFORMATION FOR STAGE I SUBMITTALS: Firms interested in being considered for this project are to submit their completed SF 330 in Original and one hard copy to the below Primary Point of Contact and electronically to leslie.lucas@psc.hhs.gov no later than 3:00 P.M. Eastern Standard Time on April 25, 2011. The proposed contract type is Firm-Fixed Price to a single contractor. The period of performance for this award is six (6) months. GSA Standard Form 330 Accessible at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF Contracting Office Address: DHHS, Supply Service Center Building 14 Perry Point MD 21902 Place of Performance: DHHS Supply Service Center Primary Point of Contact: Offerors shall direct all communications to the attention of: Name: Leslie Lucas Title: Contracting Specialist Department of Health and Human Services PSC, Supply Service Center Bldg. # 14 Perry Point, MD 21902 (410) 642-0701 (410) 642-3566 Email Address: Leslie.Lucas@psc.hhs.gov Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement. Questions are due via E-mail to Leslie.Lucas@psc.hhs.gov no later than 3:00 PM Eastern Standard Time, April 6, 2011. No phone calls, please Statement of Work Architectural/Engineering Professional Services Cold Vault Storage (Pharmaceuticals) Scope of Work: The contractor will provide a design to satisfy the construction of a cold storage facility of the Logistical Operations Branch, Warehouse Operations Division, Supply Service Center. Since this building is over 50 years old, the Maryland Historical Society has deemed this building as historical and is interested in any exterior modifications. The facility is intended for use in storing perishable pharmaceutical products. The cold storage facility constructed of foam-in-place panels will be approximately 35'x35'x18' (usable space) high constructed on an insulated concrete pad outside of and attached (flashed) to the existing warehouse building. The facility will have the capacity to store a minimum of ninety-six pallets in rack storage. The design operating temperature of the cold vault will be 2 degrees - 8 degrees Celsius with refrigeration and dehumidification equipment located adjacent to the cold vault. Redundant refrigeration equipment will also be present. Tasks •Ø Select the most suitable location to construct the cold vault taking into consideration underground utilities and other site issues such as, but not limited to, roadway access. •Ø Provide options for site locations that allow for future expandability. •Ø Consider available utilities and impact on internal warehouse storage and material routing. •Ø Perform a structural analysis of the existing warehouse building at the chosen site location to ensure its suitability. •Ø Develop engineering layout of the cold room to reflect pallet rack spacing, necessary aisle spacing for material handling equipment, locations for doors, and support steel for wall and ceiling panels. •Ø Preparation of necessary bridging documents to guide construction. •Ø Assistance with developing statements of work and bid packages for design/build contractor tasks and assistance with evaluation of contractor bids. •Ø Performance of periodic inspections of work performed to ensure adherence to design criteria. •Ø Firm's qualifications for engineering of cold storage facilities including experience supporting the pharmaceutical industry and familiarity with cGMP guidelines. DELIVERABLES AND REPORTS: Upon request, the contractor shall provide documentation evidence of any and/or all work product, including, but not limited to, the following tasks: •Ø Alternative site locations for the cold vault due two weeks after award. •Ø Structural analysis of selected site due 2 weeks after selection. •Ø Engineering layout of cold vault and specifications for foundation and pad due 2 weeks after completion of structural analysis. •Ø Bridging documents for construction of concrete foundation and construction of cold vault due 4 weeks after completion of structural analysis. •Ø Provide input into developing statement of work for design and construction of cold vault due 1 week after completion of bridging documents. •Ø On-site inspections of construction work will be conducted at least weekly or upon completion of each subcontractor task.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/SSC/11-284-SOL-00013/listing.html)
 
Place of Performance
Address: DHHS, Supply Service Cener, Building #14, Perry Point, Maryland, 21902, United States
Zip Code: 21902
 
Record
SN02411141-W 20110330/110328234649-be98b902a74f9f96ca6e6b19a4fa55f3 (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.