Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2003 FBO #0609
SOLICITATION NOTICE

R -- Facilities Master Planning & Real Estate Advisory Services

Notice Date
7/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2003-N-00831
 
Response Due
8/27/2003
 
Archive Date
9/11/2003
 
Point of Contact
Luann Dean, Contract Specialist, Phone (770)488-2657, Fax (770)488-2670, - Deborah McCune, Contract Specialist, Phone 770-488-1516, Fax 770-488-2847,
 
E-Mail Address
LDean2@CDC.GOV, dmccune@cdc.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Architect-Engineer services for Facilities Master Planning and Real Estate Advisory Services for the Center for Disease Control and Prevention?s owned nationwide inventory. 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 Edward R. Roybal, Chamblee, and Lawrenceville (Atlanta) Campuses; the Ft. Collins, CO, Campus; and, CDC/NIOSH facilities in Cincinnati, OH, Morgantown, WV, Pittsburgh, PA, and Spokane WA; including land use and development, campus-level physical security planning, 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, housing plan/tenant mix, gross-level project phasing, comparative economics of, constructability issues, CII Project Planning Checklists and supporting documentation, and design and construction cost estimates for new buildings, infrastructure provision, and renovation of existing facilities; I. Please note that the selected firm must prepare design and construction estimates for CDC projects using the Parametric Cost Engineering System (PACES) unless CDC specifically indicates otherwise on a particular Task Order SOW. 3) Preparation of Retention and Disposal Studies to examine the feasibility of retaining/changing the use of existing buildings versus demolition and new construction, leasing, lease/building purchase or other reinvestment alternatives to address specific CDC space requirements; 4) Preparing financial feasibility studies for various building projects and facility programs; 5) Preparing Federal Office of Management and Budget (OMB) Exhibit 300 reports to support funding acquisition for major CDC projects. Please note that these Reports are complex and will require the selected firm to have a sound knowledge of Cost-Loaded Project Scheduling, Earned Value Analysis and Comparative Risk Analysis, as well as software to produce these analyses that meets OMB performance requirements. 6) Serving as CDC?s real estate financial advisor when determining and assessing alternative financing structures for buildings and facilities projects, and in conducting market surveys to determine the potential availability of existing facilities or real property to address specific CDC housing requirements; and, 7) Preparing and delivering various professional presentations, including verbal, graphic, slides, photographs, simple animation, informational brochures, or videos for building and facilities projects, financing, or economic feasibility projects, and related CDC program initiatives. Firms will be evaluated on the following criteria and associated weight factors: Categories of evaluation criteria and associated weight factors to be applied in the selection process are as follows: I. (35%) 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 has demonstrated awareness of complex facility planning and financing problems, specific knowledge of the tools and methodologies described in Items (1)-(7) above, 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. (15%) 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. (10%) FIRM?S EXPERIENCE WITH GOVERNMENT AGENCIES AND PRIVATE INDUSTRY ? (A) Documented capability to successfully accomplish projects similar in scope and magnitude, particularly with 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 50 miles of CDC?s Atlanta, Georgia headquarters will receive 15 points; Firms located within 100 miles of CDC?s Atlanta, Georgia headquarters will receive 10 points; Firms located over 100 miles of CDC?s Atlanta, Georgia Headquarters will receive 5 points. Architect-Engineer selection procedures will be used in accordance with Federal Acquisition Regulations (FAR), Part 36 and selection will be non-project specific. This will be a small business set-aside. The North American Industry Classification System (NAICS) Code is 541310 and the small business size standard is $4 million. A small business concern qualification is defined, as a business concern whose average annual receipts averaged for its preceding three completed fiscal years does not exceed $4 million, including all affiliates. See Title 13 Code of Federal Regulations Part 121 for complete definition of a small business and affiliates or contact your Area Office for Procurement Assistance at the Small Business Administration, www.sba.gov. This will be an indefinite delivery/indefinite quantity task order contract and is estimated for $5,000,000 in fees for a one-year base period with four (4) one-year option periods estimated at $5,000,000 each. Individual task orders will not be less than $1,000 and will not normally exceed $1,500,000. There is a guaranteed minimum order amount of $10,000. Firms desiring consideration are invited to submit a letter of interest along with five copies 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. Only ten letter size sheets are permitted to be attached to the SF 255 as supplemental information (photographic and/or technical material), specifically responding to the above criteria. Responses are due by 2:00 p.m. (local time), August 27, 2003. Submittals received after this date and time are late and will not be considered. Additional information relative to specific projects is not available and requests for it will not be considered. Site visits will not be arranged during the submittal period. This is not a request for proposal.
 
Place of Performance
Address: 2920 Brandywine Road, Atlanta, GA
Zip Code: 30341
Country: USA
 
Record
SN00385685-W 20030731/030729213412 (fbodaily.com)
 
Source
FedBizOpps.gov 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.