Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2014 FBO #4663
SOLICITATION NOTICE

C -- Architect-Engineer Services for NIOSH Pittsburgh and Morgantown Facilities

Notice Date
8/29/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070, Cochrans Mill Road, Pittsburgh, Pennsylvania, 15236-0070
 
ZIP Code
15236-0070
 
Solicitation Number
2014-N-16814
 
Archive Date
10/15/2014
 
Point of Contact
Darrin P Barber, Phone: (412) 386-5239
 
E-Mail Address
dbarber@cdc.gov
(dbarber@cdc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Centers for Disease Control and Prevention (CDC) is responsible for conducting acquisitions in support of the National Institute for Occupational Safety and Health (NIOSH). NIOSH has an ongoing requirement for Architect-Engineer Services for multi-disciplined design projects in support of program needs for the National Institute for the Occupational Safety and Health organizations based in Pittsburgh, PA and Morgantown, WV. Projects may involve various combinations of architectural, security, laboratory, interior design, structural, mechanical, electrical, plumbing, fire protection, cost estimating, and civil disciplines to perform design and construction document production, cost estimating, studies, investigations and evaluations, construction phase services, and other related general design services. Project and building types may include renovations, additions, and new construction. Although the anticipated usage is for NIOSH Pittsburgh and Morgantown locations, there may be rare occasion to utilize the contract for Cincinnati, OH and Spokane, WA locations. This requirement is solicited on a 100% Set-Aside for Small Business Concerns basis. This acquisition is for a single Indefinite-Delivery-Indefinite Quantity (IDIQ) contract for a base year period with four options to extend the term of the contract by one-year increments (a total of five years). Projects will be individually negotiated and accomplished under firm-fixed-price task orders written against the IDIQ contract as the need arises during the contract period. The contract will provide for a maximum award ceiling of $2,000,000 during the potential five year period. The contract maximum is intended to provide ample capacity without the need for recompetition during the next five years, however in the spirit of full disclosure, actual historical requirements during the current contract (approximately 4 1/2 years) have totaled only $489,352. The current contract has no orders issued for the Cincinnati or Spokane locations (totalling $0). Firms will be evaluated based on the following criteria and associated weight factors: (1) Firm's past performance in the production of contract documents (Weight 30%). Minimum responses shall include, but not be limited to, the following: a. Past performance on similar contracts with Government agencies and private industry. Past performance may be demonstrated by providing error and omissions change orders, statements from clients relating specifically to the preparation of contract documents, and other criteria demonstrating past performance, team experience, and technical competence in the preparation of contract documents for each specific project presented. Additionally, each offeror shall provide a client contact name, current telephone number, and project name of three projects demonstrating proficiency in the production of contract documents. List team members and consultant team members presented for this proposal and their past experiences, responsibilities, and project title, with prime firm in the preparation of contract documents for each specific project presented. (2) Firm's past performance on similar projects (Weight 30%). Emphasis should be on laboratory, office renovation, facility life safety and fire protection, and security engineering experience. Minimum responses shall include, but not be limited to, the following: a. Past performance on similar contracts with Government agencies maintaining project schedule and project budget. b. Past performance on similar contracts with private industry maintaining project schedule and project budget. c. Demonstration of user satisfaction with quality of work. d. Demonstration of successful techniques in phased renovation projects occupied during renovation. (3) Qualifications of Project Manager and Discipline Leaders (Weight 25%). Minimum responses shall include, but not be limited to, the following: a. Professional experience, designating responsibility and title of person for each specific project listed. b. Past shared project design experience of prime team and team consultants. c. Demonstration of abilities to manage similar contracts, especially laboratory and office, utilizing phased renovation projects occupied during renovation. d. Demonstration of experience in the preparation of contract documents as a Project Manager or Discipline Leader. Demonstration of this experience may be expressed by providing error and omissions change orders, statements from clients relating specifically to the preparation of contract documents, and other criteria demonstrating past performance, team experience, and technical competence in the preparation of contract documents for each specific project presented. Additionally, each offeror shall provide a client contact name, current telephone number, and project name of three projects demonstrating the Project Manager's or Discipline Leader's qualifications in the preparation of contract documents. (4) Organization of proposed team (Weight 15%). Minimum responses shall include, but not be limited to, the following: a. Organizational structure and demonstrated ability to organize and manage similar contracts. b. Management plan reflecting coordination of disciplines, quality control, and controls to maintain project schedules and construction costs. GEOGRAPHIC LIMITATION: Only prime firms and their major consultants (architectural, security, interior design, structural, mechanical, electrical, plumbing, fire protection, cost estimating and civil) having established production offices within a one-hundred-twenty (120) mile radius of both the NIOSH Pittsburgh, PA and NIOSH Morgantown, WV facilities will be considered for this procurement. The laboratory consultant is not included in the 120 mile radius limitation. Architect-Engineer selection procedures will be used in accordance with Part 36 of the Federal Acquisition Regulations (FAR) and selection will be non-project specific. Firms desiring consideration are invited to submit a letter of interest along with either one electronic copy or four hard-copies of the Standard Form 330, Parts I and II (Part II of the SF 330, Architect-Engineer Qualifications, must be provided for prime firm and each consultant firm). Section H of the SF 330 may include photographic and/or technical materials preferably not exceeding 20 pages as technical support. All SF 330s, Part II, must be current reflecting a date not more than one year from the Posting Date of this announcement. This office does not the supply SF 330 forms, however, it is available electronically at http://www.gsa.gov/portal/forms/download/116486. Submittals must be received in the contracting office not later than 2:00 P.M., local time, by the Response Date of this announcement. Firms responding to this announcement before the response date and time will be considered for selection, subject to any limitations indicated with respect to size, geographic location of firms, specialized technical experience, or other requirements listed. Site visits will not be arranged during the submittal period. Electronic submissions are strongly preferred. As used in this announcement, this means a submission that is transmitted to and received by the Government via computers utilizing electronic mail (email / attached PDF documents). Email submissions are subject to the same rules as paper submissions. All submissions must reference CDC Solicitation Number 2014-N-16814. Electronic submissions must be addressed to DBarber@cdc.gov. Paper submissions must be addressed to Centers for Disease Control and Prevention, Office of Acquisition Services - Branch 4, Attention Darrin Barber, P.O. Box 18070 (626 Cochrans Mill Road for overnight deliveries), Pittsburgh, PA 15236-0070. Facsimile submissions (fax) will not be considered. It is the responsibility of prospective offerors to stay abreast of additional postings regarding this announcement at the FedBizOpps Internet site.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/CMBP/2014-N-16814/listing.html)
 
Place of Performance
Address: Pittsburgh, PA and Morgantown, WV, United States
 
Record
SN03489372-W 20140831/140829235545-a9a03cf98de1f8f3b59fff02759bd7a3 (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.