|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 3,1998 PSA#2024Centers for Disease Control and Prevention, Procurement and Grants
Office, 255 East Paces Ferry Road, NE, Room 500, Atlanta, Georgia
30305 C -- FACILITIES MASTER PLANNING AND REAL ESTATE ADVISORY SERVICES SOL
98C099(N) DUE 030398 POC Laurie Johnson, Contract Specialist, (404)
842-6633 Architect-Engineer services for Facilities Master Planning and
Real Estate Advisory Services for the Centers for Disease Control and
Prevention's approximately 3.6 million square foot owned and leased
nationwide inventory. The majority of work is expected to be performed
for CDC's 2.2 million square foot inventory in the Atlanta, Georgia
metropolitan area. The scope of services required, includes but is not
limited to: 1) periodic update or complete revision of CDC's physical
facilities Master Plans for the Clifton Road, Chamblee, and
Lawrenceville (Atlanta) Campuses, including land use and development,
structures, utilities, vehicular and pedestrian circulation, parking,
landscaping, waste management, signage, cost estimating, and access for
the disabled; 2) preparation of project development studies to
determine the feasibility, potential size, and cost of construction for
new buildings, infrastructure provisions, and renovation of existing
facilities; 3) preparing financial feasibility studies for various
building projects and facility programs; 4) serving as CDC's real
estate financial advisor when determining and assessing alternative
financing structures for buildings and facilities projects; and, 5)
preparing and delivering various professional presentations, including
verbal, graphic, slides, photographs, simple animation, informational
brochures, or videos for buildings and facilities projects, financing
or economic feasibility projects, and related CDC program initiatives.
Categories of evaluation criteria and associated weight factors to be
applied in the selection process are as follows: I. (25%) PROJECT TEAM
-- (A) Professional qualifications and relevant experience of key team
personnel (contract managers, project managers, and task managers, at
a minimum) as related to items 1, 2, 3, and 4 above, for large
institutional facilities; (B) Experience of the proposed team in
working together on projects of similar type and magnitude. II. (25%)
TECHNICAL ABILITY -- (A) The firm's demonstrated awareness of complex
facility planning and financing problems, and the ability to identify
and evaluate problems and alterative solutions in concise, orderly
written and verbal formats; (B) The team's ability to research and
compile historical facility, financial, and program information into a
uniform and coherent whole. III. (20%) ORGANIZATION AND MANAGEMENT --
(A) The firm's proposed method of technical and administrative
management to coordinate and control project scope of work, budget,
schedule, and interface with CDC, and with the various team members;
(B) The degree to which the current staffing of the principal firm and
the various team member firms are capable of administering CDC
projects relative to expertise, staffing at all levels, location of
contractor facilities and personnel, and ongoing volume of work. IV.
(15%) FIRM'S EXPERIENCE WITH GOVERNMENT AGENCIES AND PRIVATE INDUSTRY
-- (A) Documented capability to successfully accomplish projects
similar in scope and magnitude, particularlywith respect to quality of
work, and compliance with cost control and performance schedules. V.
(15%) GEOGRAPHIC LOCATION -- The A-E firm, including major consultants,
must have an active full-time production staff/business providing the
required services. Firms located within 100 miles of CDC's Atlanta,
Georgia headquarters will receive 15 points; Firms located within 500
miles of CDC's Atlanta, Georgia headquarters will receive 10 points;
Firms located over 500 miles of CDC's Atlanta, Georgia headquarters
will receive 5 points. This will be an indefinite- quantity contract
and is estimated for $1,000,000 in fees for a one year period with four
(4) one year option periods estimated at $1,000,000 each. Individual
task orders will not be less than $1,000 and will not normally exceed
$300,000. Firms desiring consideration are invited to submit a letter
of interest along with one copy each of completed SF 254 (SF 254 must
be submitted for prime firm and each consultant) and SF 255. All SF
254s must be current reflecting a date not more than one year from the
date of this notice. A maximum of ten additional letter size sheets of
supplemental information to the SF 255, specifically responding to the
above criteria, will be permitted. Responses are due by 2:00 p.m.
(local time), March 3, 1998. Firms are advised that as required by FAR
52.219-9, a large business successful offeror will be required to
submit for approval, a subcontracting plan outlining which portions of
the work to be subcontracted will be awarded to small businesses,
small disadvantaged businesses, and women-owned small businesses. An
acceptable subcontracting plan must be agreed upon prior to contract
award to any large business firm. Site visits will not be arranged
during the submittal period. This is not a request for proposal.
(0030) Loren Data Corp. http://www.ld.com (SYN# 0022 19980203\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|