SOURCES SOUGHT
C -- Pre-Project Planning Services- A/E Single Award IDIQ
- Notice Date
- 5/17/2011
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural 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
- NIHOF2011364
- Archive Date
- 7/2/2011
- Point of Contact
- Keisha Benford, Phone: 3014437883
- E-Mail Address
-
benfordkm@mail.nih.gov
(benfordkm@mail.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- ________________________________________ ________________________________________ THIS IS A REQUEST FOR SF-330 PART I & Part II Description: PRE-PROJECT PLANNING SERVICES for NIH FACILITIES SOLICITATION NOTICE: The National Institutes of Health (NIH), DHHS, plans to enter into a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract for Architectural/Engineering (A/E) services for Pre-Project Planning Services for NIH Facilities. CONTRACT INFORMATION: Total contract performance period shall be five years, with a base award of one year and options to extend for four additional one-year periods. Option year fee rates shall be negotiated prior to base contract award. All work and services shall be ordered by issuance of individually negotiated firm fixed price or not-to-exceed task orders, in value of $500,000. The guaranteed minimum for the life of the contract, which includes the base period and all options, if exercised, is $10,000. The contract ceiling is expected to be between $8 million and $40 million, but not to exceed $40 million. This is a small business set-aside contract. Small Business firms responding to this solicitation must demonstrate the capability to perform a minimum of 51% of the required work. PROJECT INFORMATION: IDIQ - A/E services for pre-project planning services includes the following: master planning, master utility planning, programs of requirements, concept designs, pre-project planning and project definition rating index, environmental assessments, environmental impact statements, traffic studies, site evaluation and selection, site planning, site security studies, historic preservation, HABS/HAER documentation, budget estimates, and space planning. DISCIPLINES REQUIRED: The following disciplines may be required: Architects, Planners (Urban/Regional), Civil Engineers, Structural Engineers, Mechanical Engineers, Electrical Engineers, Architectural Programmers, Environmental Engineer or Scientist, Cost Engineer/Estimators, Architectural Historians, Archaeologist, Economists, CADD Technicians, Cartographer, Ecologist, Health Facility Planner, and Landscape Architect. MINIMUM REQUIREMENTS: The firm must certify in good faith that the firm is a small business based on NAICS Code 541310. In accordance with FAR 19.101, to be classified as a small business under NAICS Code 541310 (Architecture), the firm's annual average gross revenue for the past three (3) fiscal years shall not have exceeded $4,500,000. If the firm is a small business and is responding as a small disadvantaged business (SDB), the firm must provide a current SDB Certificate. SELECTION CRITERIA: For those firms meeting the minimum requirements, the selection criteria shall be accordance with FAR 36.602. Firms will submit the SF 330 Architect-Engineer Qualifications as listed below. Discussions (interviews) will be held with the firms short-listed from the SF 330 evaluation. A) SF 330 ARCHITECT ENGINEER QUALIFICATIONS: (in descending order of importance): 1) Professional qualifications necessary for satisfactory performance of required services; 2) Specialized experience and technical competence in the type of work required: building types (laboratories, animal research facilities, clinical research, education, offices, service and support, public safety, lodging, utilities, and structural parking); building performance; sustainable design; master planning; utility planning; environmental assessments; site evaluation and selection; historic preservation; cost estimates; and space planning. 3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 4) Capacity to accomplish the work in the required time with adequate resources. 5) Location in the general geographical area of the National Institutes of Health, Bethesda, MD 6) Minority and Women Participation B) DISCUSSION (INTERVIEW): All short-listed firms will be provided with a scope of work. All scores of the SF 330 will not be combined or counted for firms making the competitive range or short list. Short-listed firms will be evaluated and ranked by order of preference based upon the interviews. Firms will be evaluated on the following criteria in descending order of importance 1). Management: Organization for the project; quality control program; record on cost control and its ratio for cost of change orders to the total cost of the project; and record for on time performance. 2. Staff: Project manager's knowledge, skills and ability to lead the project; team member's knowledge, skills and ability to manage and produce the project; lead-disciplines licensed or certified to practice in the any state, District of Columbia or territory of the United States. 3) Scope: Firms shall demonstrate an understanding of the scope of work including: team's approach to site planning issues; firm's approach to the overall design of buildings; firm's ability to address specific planning/ design issues; team's master planning experience; team's master utility planning experience; team's ability to conduct environmental assessments; team's ability to conduct site evaluations and selections; team's historic preservation experience; team's ability to prepare cost estimates; the team's ability to do space planning. INSTRUCTIONS FOR SECTION E of SF 330: Firms shall provide the following: Identification and resumes of the firm's key personnel and their respective roles throughout all phases of the Project. Key personnel are those persons considered critical to the accomplishment of the required services. The resume of each participating key personnel shall include a description of duties and responsibilities performed by the individual, education, knowledge, skills, expertise and other qualifications relevant to the accomplishment of the Project. A statement should accompany the resume of each person for the proposed assignment acknowledging their availability. The resume for each person must clearly indicate if the person is or is not currently employed by the firm and, if not so employed, what kind of commitment or offer of employment has been made to assure availability of this person to the project. INSTRUCTIONS FOR SECTION G of SF 330: Requirements for Section G (Matrix) is waived. SUBMISSION REQUIREMENTS: This procurement will be conducted in accordance with Part 36 of the FAR. Interested firms shall submit the SF 330, Part I and II, and supporting qualification documents to substantiate the minimum requirements and evaluation criteria described above. Prepare separate Part II for each firm included in the proposed team. Submit 5 originals to: National Institutes of Health, Office of Acquisition, ORF, Building 13, Room 2E48, 9000 Rockville Pike, Bethesda, MD 20892, Attn: Keisha Benford, no later than June 17, 2011, at 3:00 p.m. Questions are due by June 1, 2011. No telephone inquiries will be accepted. ________________________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/NIHOF2011364/listing.html)
- Place of Performance
- Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02449807-W 20110519/110517234521-e8dd74633b253eb11c750604c9075606 (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 |