SOLICITATION NOTICE
C -- Pre-Construction Design and Construction Support Services for the PPPL Infrastructure Operations Improvement (IOI) Project
- Notice Date
- 11/3/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Energy, Princeton Plasma Physics Laboratory (DOE Contractor), Princeton University, US Route 1 North at Sayre Drive, P.O. Box 451, Princeton, New Jersey, 08543, United States
- ZIP Code
- 08543
- Solicitation Number
- RFP15012C
- Archive Date
- 12/9/2014
- Point of Contact
- Chi Man Cheung, Phone: 609-243-3092, Larry L. Sutton, Phone: 6092432441
- E-Mail Address
-
ccheung@pppl.gov, lsutton@pppl.gov
(ccheung@pppl.gov, lsutton@pppl.gov)
- Small Business Set-Aside
- N/A
- Description
- A. DESCRIPTION: Princeton University Plasma Physics Laboratory (PPPL), a U.S. Department of Energy Prime Contractor, has a requirement for an A/E firm to provide professional architectural and engineering services for various facility improvement projects. The work will include advanced conceptual services, schematic design services, design development services, construction documents, building and support services and construction administration services, project closeout services, alternatives analysis, hazard analysis, risk analysis, safeguards and security analysis, project scheduling/phasing, renderings, and detailed cost estimates. All design work is anticipated to start April 2015 and construction support services concluded by September 2019. It is anticipated that the design team will deliver an early procurement package no later than October 2016 and the balance of all necessary construction documents no later than September 2017. The available construction budget not inclusive of escalation is $18M. The scope of work of this project includes the renovation of the following buildings: the C-site MG building (two floors), the RESA, the LSB Annex (three floors), as well as the demolition of a temporary office structure known as Mod VI. Construction will be phased due to limited availability of swing space; however, it is anticipated that temporary swing space will be required and should be included as part of the plan. The work will be designed to meet the DOE guiding principles. All design services and documents provided will comply with all building codes and standards applicable to projects located in Plainsboro, NJ. This is to include but is not limited to National Fire Protection Association (NFPA) Standard 13, DOE requirements, and the latest accessibility standards for the handicapped. B. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL: This is a request for SF 330s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no Sources Sought package or bidder/plan holder list will be issued. C. EVALUATION: Each respondent's SF 330 submittal package will be evaluated in accordance with FAR 36.6 procedures. The evaluation factors are listed below in descending order of importance: 1. Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required. This includes experience in the planning and design of research facilities/laboratories, large institutional campuses, or similar facilities. 2. Specific experience and qualifications of personnel proposed for assignment to the project. Experience and qualifications may include expertise in their respective fields: Civil Engineer, Architect, Structural Engineer, Mechanical/Plumbing/Electrical Engineers, Natural Resources Specialist, and Cost Estimator. 3. Past record of performance on contracts with the Department of Energy, National Laboratories or PPPL with respect to such factors as control of costs, quality of work, and ability to meet schedules. 4. Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations. 5. Demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. 6. Geographic location and facilities of the working office(s) which would provide professional services and familiarity with the area in which the project is located. After the qualification statements have been received the firms will be evaluated and ranked by the Architect/Engineer Evaluation Board. A minimum of three A/E firms scoring the highest on their packages (SF 330s) will be invited to participate in the Request for Proposals process which will include the evaluation of cost proposals submitted in respond to PPPL's Statement of Work. D. SUBMISSIONS: No firm will be considered unless a completed SF330 Part I and other evidence of experience and capabilities considered relevant is submitted to PPPL by the due date. A current SF 330 Part II, representing and differentiating between the personnel, experience and capabilities of all involved offices, must be included together with current SF 330 Part IIs for each proposed consultants office involved. Your SF330 shall be sent to the PPPL, Procurement Division, P.O. Box 451, Princeton, New Jersey 08543, Attention: Chi Man Cheung, two (2) copies are required by 2:00PM. EDT, November 24, 2014. In addition, one (1) CD or DVD containing the complete SF 330 Part I and Part II in.pdf format is required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PPPL/Main/RFP15012C/listing.html)
- Place of Performance
- Address: Subcontractor's facility and Princeton, NJ, United States
- Record
- SN03565042-W 20141105/141103235001-a34d454a828c2e38a637e2ac52e0f5e2 (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 |