Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2012 FBO #3861
SOLICITATION NOTICE

C -- ARCHITECTURAL & ENGINEERING SERVICE FOR DESIGN OF A NEW OFFICE BUILDING IN RESEARCH TRIANGLE PARK, NC

Notice Date
6/18/2012
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Agriculture, Forest Service, R-8/SRS Eastern Administrative Zone, 200 WT Weaver Blvd., Asheville, North Carolina, 28804
 
ZIP Code
28804
 
Solicitation Number
AG-4568-S-12-0041
 
Archive Date
7/25/2012
 
Point of Contact
Karen B Welch, Phone: 828-257-4323, Barbara C Adams, Phone: 828-257-4295
 
E-Mail Address
karenwelch@fs.fed.us, badams@fs.fed.us
(karenwelch@fs.fed.us, badams@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. One (1) A-E firm will be selected based on demonstrated competence and qualifications for the required work. One Contract will be negotiated and awarded Architect-Engineer Services for a new Office Building at the Research Triangle Park in NC. Required services will be obtained by a negotiated Firm Fixed Price Contract. The construction contract estimated range is between $1,000,000 and $5,000,000. The top ranked firm will be awarded the contract. If necessary, secondary selection criteria (f thru h listed below) will be used as a tiebreaker among technically equal firms. This procurement is open to both large and small business concerns within the State of North Carolina. The North American Industry Classification (NAICS) code this action is 541310 with a small business size standard of $7,000,000. 2. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the part of the work it intends to subcontract. The subcontracting goals for the Forest Service, which will be considered in the negotiation of this contract, are: (a) at least 15% of a contractors intended subcontracted amount be placed with small business (SB); (b) at least 5% of a contractors intended subcontracted amount be placed with small disadvantaged businesses (SDB); (c) at least 5% of a contractor s intended subcontracted amount be placed with women-owned SB (WOSB); (d) at least 3% of a contractors intended subcontracted amount be placed with service-disabled veteran-owned SB; (e) at least 3% of a contractors intended subcontracted amount be placed with HUBZone SB. (f) at least 3% of a contractors intended subcontract amount to be placed with Veteran-owned SB. The plan is not required with this submittal, but will be required with the fee proposal of any large business firm selected for the negotiations. All interested parties must be registered in the Central Contractor Registration Database and their CCR record must reflect the NAICS Code of 541310. This requirement for registration is prescribed by FAR Clause 52.204-7. CCR can be obtained by accessing the Internet or by calling 1-888-227-2423. Offerors are responsible for monitoring the FBO website for any subsequent postings. 3. PROJECT INFORMATION: The U.S.D.A. Forest Service, Southern Research Station (SRS) is proposing to design a new facility on an existing campus at 3041 E. Cornwallis Rd, Research Triangle Park, NC. The new facility will serve primarily as office, small group meeting and large conference space for the research work units located in the Research Triangle Park area. The facility will be designed to achieve a minimum level II certification under the Green Globes rating system, managed by the U.S. Green Building Initiative. The facility shall contain between 8,500 and 9,500 gross square feet of floor space at a total estimated construction cost falling in the estimated price range of between $1,000,000 and $5,000,000, as defined by Federal Acquisition Regulation Section 36.204. Work under this contract will include: a. Site survey sufficient to construct the building and connect to existing utilities; b. An initial integrated design charrette with SRS Engineering Staff and research work unit employees onsite; c. 10%, 65% and 95% design reviews; d. Complete construction documents e. Submittal review during construction; f. An estimated 20 hours of Green Globes certification support. It is anticipated that SRS Engineering Staff will coordinate the majority of the certification process. All work is to be performed under the direct supervision of the appropriate design professional and the final design documents shall be stamped by the responsible design professional. The design shall comply with the most recent edition of the International Code Council family of codes, ADAAG/ABA requirements, USDA Space Management Policy, National Fire Protection Codes, National Electric Code, National Safety Code, Life Safety Code, OSHA Regulations, ASHRAE Standards, 29 CFR Part 1926, 29 CFR Part 1910. Firms must be able to submit data in the formats requested by the government. These formats include but are not limited to Auto/CAD, Adobe PDF, Microsoft Word and Microsoft Excel. The files may be requested on CD or DVD or electronic transfer. In addition to the above formats, firms must have e-mail capability for project updates, status reports, file transfer abilities (FTP), etc. The government will only accept the final product in the stated formats. The contractor shall immediately notify the Contracting Officer and COR should a member of the firm's Key Personnel specifically associated with work/service under this contract be terminated or leave the firm. Key Personnel for this contract are as identified in the SF 330 as initially submitted by the contractor. Resumes for replacement Key Personnel shall be provided to the Contracting Officer and COR for review and approval prior to assignment for work under this contract. The Forest Service is firmly committed to the qualification-based selection process. 4. SELECTION CRITERIA: Submittals of SF330's will be evaluated against the general evaluation factors listed in descending order of importance. Specific selection criteria (a) thru (e) being primary and (f) thru (h) being secondary is as follows and must be documented with resumes in the SF 330. Resumes shall indicate registration, certification, training and education of individuals proposed for this contract. Firms must provide resumes that indicate the professional qualifications necessary for satisfactory performance of the required services in each field for the following individuals; a. Guiding Principles for Federal Leadership in High Performance and Sustainable Buildings: A design team with past experience with the "Guiding Principles", as described in the "Whole Building Design Guide" by the National Institute of Building Sciences (www.wbdg.org) is preferred. A design team that has worked together on multiple integrated design projects incorporating the "Guiding Principles" is highly desired. b. Specialized Experience with Green Globes certification: Design teams including a certified Green Globes Professional and a working knowledge of the rating system are preferred. Completion of the certification project in either New Construction or Continual Improvement of Existing Buildings is highly desired. c. Professional Qualifications: The design team shall reflect all professional qualifications necessary for satisfactory performance of required design services. Resumes identifying education, training, and/or certification are required for each design responsible design professional assigned to the project. d. Knowledge and Experience with Construction within Research Triangle Park (RTP): Design teams with knowledge of the unique history of Research Triangle Park, the applicable sections of the current "Conditions, Covenants, Restrictions and Reservations Affecting Property of The Research Triangle Foundation of North Carolina" and other factors influencing construction in the area are preferred. Successful completion of construction and/or renovation design projects within RTP is highly desired. e. Past performance: Satisfactory performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. f. Volume of work of Federal Contract awards within the last 12 months. g. Proximity of Offeror to Research Triangle Park, North Carolina 5. SUBMISSION REQUIREMENTS: Firms that are interested and meet the requirements described in the announcement are invited to submit three (3) completed copies of SF 330 (Part I & II), Architect-Engineer Qualifications to the office indicated in this notice. The SF 330 (6/2004) edition must be used, and may be obtained from the Government Printing Office or from the GSA website under forms. (http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF) Firms must provide resume(s) of all key personnel in Section E of SF 330. Identify personnel strength of the principle firm at the office where the work is to be accomplished and additional personnel strength, including consultants in section C of SF 330. A summary of the capability for performing all survey and design-related work must be submitted. In SF 330, Part II, Block 4, include DUNS number and taxpayer identification number. Total page limitation is 75 pages. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received the date and time specified in this announcement. 6. ELECTRONIC AND FACSIMILE SUBMITTALS WILL NOT BE ACCEPTED. All SF 330 responses to this announcement must be received no later than 2:00 PM EST on July 10, 2012 to be considered for selection. Responses shall be mailed to: USDA-Forest Service-Southern Research Station Headquarters, 200 W.T. Weaver Blvd, Asheville, NC 28804. Any questions or concerns please contact Karen Welch (828) 257-4323, email karenwelch@fs.fed.us or Barbara Adams (828) 257-4295, email badams@fs.fed.us. THIS IS NOT A REQUEST FOR PROPOSAL
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/4568/AG-4568-S-12-0041/listing.html)
 
Place of Performance
Address: Research Triangle Park, Research Triangle Park, North Carolina, United States
 
Record
SN02778394-W 20120620/120618234646-d18532c8ea8397d5b2ac3e42c5e9e657 (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.