Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2014 FBO #4590
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY AND INDEFINITE QUANTITY (IDIQ) ARCHITECT-ENGINEER (A-E) SERVICES FOR PRE-PROJECT PLANNING

Notice Date
6/17/2014
 
Notice Type
Presolicitation
 
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
NIHOF2014009
 
Point of Contact
Caroline Pennypacker, Phone: 3014510016, Aaron B Crawford, Phone: 301-496-3274
 
E-Mail Address
caroline.pennypacker@nih.gov, crawfoa@mail.nih.gov
(caroline.pennypacker@nih.gov, crawfoa@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION NOTICE: The National Institutes of Health (NIH), Office of Research Facilities (ORF), plans to enter into a single-award Indefinite Delivery Indefinite Quantity (IDIQ) task order contract for Architectural/Engineering (A/E) services for Master Planning and Associated Pre-Planning Studies for NIH Facilities. The Architect/Engineer(A-E) shall assist the National Institutes of Health by providing professional services, including labor and materials, as required for master planning, master utility planning, programs of requirements, concept designs and studies, pre-project-planning, environmental assessments including but not limited to environmental impact statements and traffic studies, site evaluation and selection, site planning, site security studies, historic preservation including but not limited to determination of eligibility for listing on the National Register of Historic Places, Historic American Building Surveys (HABS) and Historic American Engineering Record documentation, budget estimates, schedules, and space planning studies. CONTRACT INFORMATION: Total potential contract performance period shall be five years, with a base award of one (1) year and possible options to extend for four (4) additional one-year periods. Option year fee rates will be negotiated prior to base contract award. All work and services will be ordered by issuance of individually negotiated firm fixed price or not-to-exceed task orders, ranging in value from $10,000 to $1,500,000. The guaranteed minimum for the life of the contract, which includes the base period and all options, if exercised, is $5,000. The contract ceiling, cumulative for all contracts, is expected to be between $10 million and $20 million, not to exceed $20 million. This is a full and open solicitation. Small Business firms responding to this solicitation must demonstrate the capability to perform a minimum of 50% of the required work with in-house staff. PROJECT INFORMATION: The A/E services include: (1) Campus-wide planning services, including the development of new master plans or the updating of existing master plans, for NIH's nine (9) owned installations located in Bethesda, MD; Poolesville, MD; Frederick, MD, Baltimore, MD; Research Triangle Park, NC; Hamilton, MT; New Iberia, LA; Phoenix, AZ; and Detroit, MI; as well as multiple leases for lab and administrative offices facilities in Montgomery County, MD. Typical master plan requirements include: a program analysis and definition of the planning approach; an overview of the regional setting; an analysis of the existing campus natural and man-made environment; alternative development concepts and standards for future development; Preliminary Draft, Draft, and Final Master Plans based on the selected Master Plan alternative; and, specific site element recommendations, such as signage, and other streetscape improvements. Types of master plans include utility, environmental, land use and traffic management planning. (2) Project planning services related to the development of individual NIH facilities including, but not limited to, the preparation and development of (a) site plans and land use studies, (b) site and facility feasibility studies, (c) real property development plans, (d) strategic facility plans, (e) risk assessment studies, (f) building reuse studies, (g) structural studies, (h) infrastructure studies, (i) security/safety studies and (j) program of requirements (POR). (3) Transportation and environmental analyses and planning, including the preparation of an Environmental Assessment and/or an Environmental Impact Statement for each Master Plan to satisfy the National Environmental Policy Act and DHHS environmental procedures. (4) Historic preservation studies and planning, including HABS HAER documentation, surveys and documentation of inventory of NIH property resources (buildings, landscapes, districts, outdoor sculpture, furnishings), and Determinations of Eligibility according to Section 110 of the NHPA of 1966, as amended. (5) Design and development guidelines, cost estimates, and other facility-related pre-project planning, programming, and conceptual design studies. (6) All drawings shall be created with the use of AutoCAD 2013 or REVIT. 3D Modeling, Rendering and Animation services created in 3D Studio Max. Drawings shall be in compliance with the latest Industry Foundation Classes (IFCs). MINIMUM REQUIREMENTS: Prior to commencing with the selection criteria evaluation, each offeror will be evaluated for compliance with the following two minimum requirements: A) Project Experience: Within the past 5 years the offeror must have performed specific master planning services substantially similar to the typical master plan requirements listed in this Notice. B) If the offeror is a small business and is responding as a small disadvantaged business (SDB), the firm must provide a current SDB Certificate. Offeror 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 offeror's annual average gross revenue for the past three (3) fiscal years shall not have exceeded $4,500,000. SELECTION CRITERIA: For those offerors meeting the minimum requirements, the selection criteria shall be in a two-part format, A) for the SF 330 Part I and Part II evaluation, and B) for the oral presentations by the firms short-listed from the SF 330 evaluation. A) SF 330 PART I AND PART II EVALUATION CRITERIA (in descending order of importance): (1) PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. Weights for this criterion is as follows: Excellent: All professional types (mechanical engineer, electrical engineer, structural engineer, civil engineer, architect, and planner) hold a current professional license and have a minimum of 10 years of experience. The firm's owner(s) hold current professional licenses and have a minimum of 20 years of experience. Good: A majority of the professional types (mechanical engineer, electrical engineer, structural engineer, civil engineer, architect, and planner) hold a current professional license and have a minimum of 10 years of experience. The firm's owner(s) hold current professional licenses and have a minimum of 10 years of experience. Fair: Many of the professional types (mechanical engineer, electrical engineer, structural engineer, civil engineer, architect, and planner) hold a current professional license and have a minimum of 10 years of experience. The firm's owner(s) hold current professional licenses and have a minimum of 10 years of experience. Poor: Some professional types (mechanical engineer, electrical engineer, structural engineer, civil engineer, architect, and Planner) hold a current professional license and have a minimum of 10 years of experience. The firm's owner(s) hold current professional license. Unacceptable: None of the professional types (mechanical engineer, electrical engineer, structural engineer, civil engineer, architect, and Planner) hold a current professional license and have a minimum of 10 years of experience. (2) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN THE TYPE OF WORK REQUIRED, INCLUDING, WHERE APPROPRIATE, EXPERIENCE IN ENERGY CONSERVATION, POLLUTION PREVENTION, WASTE REDUCTION, AND THE USE OF RECOVERED MATERIALS. Weights for this criterion is as follows: Excellent: Projects completed within the last 5 Years include many campus master plans, facility plans for clinical and biomedical research laboratory, and master utility plans. Firm has good Building Information modelling capability with AutoCAD 2014, Revit 2014 and other modeling software and the technical expertise to use it. Good: Projects completed within the last 5 Years include several campus master plans, several facility plans for clinical and biomedical research laboratory, and several master utility plans. Firm has good Building Information modelling capability with AutoCAD 2014, Revit 2014 and other modeling software and the technical expertise to use it. Fair: Projects completed within the last 5 Years include some campus master plans, facility plans for clinical and biomedical research laboratory, and master utility plans. Firm has good Building Information modelling capability with AutoCAD 2014, Revit 2014 and other modeling software and the technical expertise to use it. Poor: Projects completed within the last 5 Years include some campus master plans, facility plans for clinical and biomedical research laboratory, or master utility plans. Firm has limited Building Information modelling capability. Unacceptable: Projects completed within the last 5 Years do not include campus master plans, facility plans for clinical and biomedical research laboratory, or master utility plans. Firm has limited Building Information modelling capability. (3) CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME. Weights for this criterion is as follows: Excellent: All of the Projects Completed within the last 10 years were delivered on time. Staffing levels are judged to be more than sufficient. Good: A majority of the Projects Completed within the last 10 Years were delivered on time. Staffing levels are judged to be sufficient. Fair: Many of the Projects Completed within the last 10 Years were delivered on time. Staffing levels are judged to be sufficient. Poor: Some of the Projects Completed within the last 10 Years were delivered on time. Experienced professional staff will need to be augmented to accomplish task orders. Unacceptable: Many of the Projects completed within the last 10 years were not delivered on time. The firm's workforce will need to be significantly augmented to accomplish task orders. (4) PAST PERFORMANCE ON CONTRACTS WITH GOVERNMENT AGENCIES AND PRIVATE INDUSTRY IN TERMS OF COST CONTROL, QUALITY OF WORK, AND COMPLIANCE WITH PERFORMANCE SCHEDULES. Weights for this criterion is as follows: Excellent: All of the firm's large planning projects completed in the last 5 years for Government agencies and private industry have high client satisfaction ratings. Good: A majority of the firm's large planning projects completed in the last 5 years for Government agencies and private industry have high client satisfaction ratings. Fair: Many of the firm's large planning projects completed in the last 5 years for Government agencies and private industry have high client satisfaction ratings. Poor: Some of the firm's large planning projects completed in the last 5 years for Government agencies and private industry have high client satisfaction ratings. Unacceptable: Few of the firm's large planning projects completed in the last 5 years for Government agencies and private industry have high client satisfaction ratings. Neutral: The lack of a relevant performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offeror. (5) ACCEPTABILITY UNDER OTHER APPROPRIATE EVALUATION CRITERIA. • MINORITY PARTICIPATION. • FEMALE PARTICIPATION. Weights for this criterion is as follows: Excellent: A majority of owners and employees of the firm are minorities or women. Good: A majority of owners of the firm are minorities or women. Fair: A majority of the employees of the firm are minorities or women. Poor: Some of the employees of the firm are minorities or women. Weak: None of the employees of the firm are minorities or women. (6) Location 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 project. Weights for this criterion is as follows: Excellent: Firm is located within 25 miles of the NIH Bethesda campus Good: Firm is located within 50 miles of the NIH Bethesda campus Fair: Firm is located within 100 miles of the NIH Bethesda campus Poor: Firm is located in the United States of America more than 100 miles of the NIH Bethesda campus Unacceptable: Firm is located outside of the United States of America B) ORAL PRESENTATION : All short-listed firms shall be provided with a scope of work, interview questions, and a description of the oral presentation evaluation factors. The purpose of the oral presentation is to meet the project team key personnel who will demonstrate their knowledge of NIH's requirements with regard to master planning and related facility studies, and present their management plan for accomplishing the work. Short-listed firms shall be evaluated and ranked by order of preference based upon the oral presentations/interviews. INSTRUCTIONS FOR SECTION E of SF 330: Offerors shall provide the following: Identification and resumes of the offeror'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 so named defining the extent of availability and corporate commitment of that key person for the proposed assignment. The resume for each person must clearly indicate if the person is or is not currently employed by the offeror 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. 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 seven (7) hard copies, and one (1) electronic copy on compact disc (CD), to: National Institutes of Health, Office of Acquisition, ORF, Building 13, Room 2E48, 9000 Rockville Pike, Bethesda, MD 20892, Attn: Caroline Pennypacker, no later than July 17, 2014, at 3:00 p.m.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/NIHOF2014009/listing.html)
 
Place of Performance
Address: National Institutes of Health, Office of Research Facilities, Department of Facilities Planning, (Individual Job Site to be specified in the Order), 9000 Rockville Pike, Bethesda, Maryland, 20892-5729, United States
Zip Code: 20892-5729
 
Record
SN03397170-W 20140619/140617234934-8bae112e1245ada71747cc902b7fd9e9 (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.