Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 06, 2014 FBO #4485
SPECIAL NOTICE

C -- A&E Special Notice for Civil and Structural Engineering - FAQ's - Special Notice - AE Guide

Notice Date
3/4/2014
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
SB1341-14-RQ-0070
 
Archive Date
4/10/2014
 
Point of Contact
Joshua Alderoty, Phone: 3019755867, Brian K. Johnson, Phone: 3019758173
 
E-Mail Address
joshua.alderoty@nist.gov, brian.johnson@nist.gov
(joshua.alderoty@nist.gov, brian.johnson@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Guide for Architect-Enginerring Firms Performing Professional Services for the Plant Division at the National Institute of Standards and Technology Special Notice in Word Format Frequently asked questions/ SPECIAL NOTICE SB1341-14-RQ-0070 The National Institute of Standards and Technology (NIST) is seeking a qualified firm to provided Architect and Engineering Services. The proposed contract is for the evaluation and design of systems and components necessary for the maintenance, modification and improvement of specialized facility and campus civil and structural systems within the NIST Gaithersburg, MD campus. Specific types of specialized projects will be issued under task orders. The Indefinite Delivery/Indefinite Quantity (IDIQ) will have a 12- month base period with renewal option for four (4) additional 12-month periods. A&E's task order work may consist of field investigations and document preparation. Document preparation includes engineering feasibility studies, conceptual designs and reports, contract drawings and specifications, design calculations, cost estimates, and project schedules. The proposed contract is 100% set aside for small business concerns under NAICS code 541330 size-standard: $14million; reference FAR 52.219-14. The contract will have a $4,000.00 minimum and $4 million maximum over the contract life time. A firm-fixed price will be negotiated for each task order; minimum task order shall be $4,000. For engineering drawings prepared by the AE, they shall be prepared using a computer aided drafting system AUTODESK AUTOCAD 2013. The Government will issue a specific statement of work for each Task Order. This document will specify the general and specific design performance requirements for a particular project. The A&E firms shall comply with the attachments of this notice (Guide for Architect-Engineering Firms Performing Professional Services for the Plant Division at the National Institute of Standards and Technology). This guide defines the standards of design, detailed requirements, format, preparation and submittal of drawings, specifications, cost estimates, project engineering documentation, other related reports, and technical services for construction contracts. 1. Professional Qualifications of Staff and proposed Consultants: Respondents to the solicitation will submit their most recent Standard Form 330 along with the specific experiential documentation for the architectural engineering design requirements requested by the government. Because all project design task orders will require on site field investigation and frequent attendance at NIST for progress meetings and design reviews, respondents must meet the maximum driving distance criteria from the Gaithersburg campus. All criteria requested in the solicitation must be satisfactorily met to be considered technically qualified for selection. The following specific criteria must be met, as demonstrated by the response to the solicitation: 1. Recent specialized experience of proposed design team on building/site civil and structural projects and contracts. Structural experience shall at minimum meet the following with in the past three years. a. In at least five separate occasions, analyze and determine if an existing facility with minimum floor capacity of 150 pounds per square feet can support a piece of equipment. b. In at least three separate occasions, investigate and design repairs of failing pre-cast concrete or similar masonry materials, exterior wall panels. c. In at least three separate occasions, investigate and design the repair of subsurface water infiltration into tunnels or building structures that are a minimum of 20 feet below finished grade. d. In at least three separate occasions, design a steel frame with block/brick masonry façade that is at least five stories above grade. 2. Recent specialized experience with municipal, state, and/or federal road paving projects. Designed paving work shall be within the past three years. A minimum of three designs are required for each type. a. Replacing existing asphalt road of at least one mile in length. Milling and overlaying existing roads are acceptable. Airport aprons, taxiways, and runways will not be considered. b. A new asphalt road of at least one mile in length where a previous road did not exist. 3. Specialized experience with Maryland Department of the Environment (MDE) on regulatory requirements of civil work such as but not limited to, sediment controls and water quality issues within the past two years. Experience shall include preparing and submitting permits (at least five permits) to MDE within the past three years. The Owner/applicant shall have received approval of the five permit applications within the past two years. 2. Specialized Experience: NIST will evaluate the extent to which the A&E firms response demonstrates technical expertise, professional qualifications and successful project completion similar to the specialized design criteria of the solicitation requirements. Submissions that demonstrate a correlation of the proposed design team with the same projects that are submitted for evaluation under Related Project Design Experience will be considered technically qualified for selection. 3. Capacity to accomplish the work in the required time: NIST will evaluate the extent to which the A&E's response demonstrates the ability of the proposed design team to respond to specific task requirements in time frame desired. Submissions that demonstrate sufficient technical staffing and capacity for additional contract workload proposed under this solicitation will be considered technically qualified for selection. 4. Past performance: Evaluation of this factor will be based on information contained in the response to the solicitation and information provided by references. The panel will evaluate past performance by contacting appropriate references, including NIST references; if applicable. The Government may also consider other information available. In the case of an incomplete record of relevant past performance or for whom information on past performance is not available, the A&E firm will be evaluated neither favorably nor unfavorably. 5. Location of Firm: NIST will evaluate the extent to which the A&E's response demonstrates their proximity to the Gaithersburg MD campus to comply with the location criteria. The AE shall be within 70 miles driving of NIST as defined by an Internet mapping program. Only those respondents that satisfactorily demonstrate that they are technically qualified in all of the evaluation criteria required by the solicitation will be considered. The Government contemplates one or more awards as a result of this announcement. Firms interested in responding to this notice must submit one original and 4 copies of their most recent Standard Form 330 dated 6/2004 along with the specific documentation addressing the evaluation stated in this Special Notice. Additional documentation shall be limited to 20 pages. SF 330 shall be submitted to the attention of Josh Alderoty, 100 Bureau Drive Room B158 Gaithersburg, MD 20899. Responses must be received no later than 3:30 PM EST on March 26, 2014. ALL INQUIRIES MUST BE IN WRITTING-NO PHONE CALLS WILL BE ACCEPTED. SUBMIT INQUIRIES TO joshua.alderoty@nist.gov no later than March 12, 2014 with the subject "RFI for SB1341-14-RQ-0070." ANSWERS TO INQUIRIES WILL BE POSTED AS AN AMENDMENT TO THIS NOTICE, AND WILL POSTED ON FBO. NO SITE VISIT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-14-RQ-0070/listing.html)
 
Record
SN03301708-W 20140306/140304235515-099dd06fe76599403ce363ea48d562d1 (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.