Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2007 FBO #2082
SOURCES SOUGHT

C -- Architect and Engineering Services (A/E)

Notice Date
8/7/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Bldg 427, Room 12, Frederick, MD, 21702, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H07-1150
 
Response Due
9/4/2007
 
Archive Date
9/19/2007
 
Description
SAIC-Frederick, Inc., Operations and Technical Support contractor for the National Cancer Institute (NCI) at Frederick, MD under contract number NCI-CO-12400 requires engineering and design services, including site selection support, limited construction administration support and building validation services for an R & D facility in close proximity to Fort Detrick in Frederick, MD. As a prime contractor, SAIC-Frederick issues subcontracts under the guidelines of the Federal Acquisition Regulations (FAR). The R & D facility will consist of building(s) totaling approximately 330,000 gross square feet (GSF). The lease will be for a facility with specific design criteria that allow for the development of biomedical advanced technologies and the translation of research discoveries to clinical settings. This will include special environmental controls required to conduct research, development, and testing associated with cancer research and the production of drugs, vaccines, and other biopharmaceutical products. When outfitted, the R & D facility will include approximately 330,000 gross square feet of space. This will be allocated as follows: BSL-2/3 Laboratory ? 171,000 GSF; Biopharmaceutical Development and Manufacturing (cGMP) ? 64,000 GSF; Cyclotron - 6,000 GSF; Administrative (Includes Laboratory and CGMP Support Areas) ? 85,000 GSF; IT ? 4,000 GSF. The estimated construction range is more than $10,000,000.00. Authorization for A&E services will be incrementally released in the following phases: 1. Site Evaluation Services; 2. Conceptual Design Services including: a. Detailed Analysis of the Space Needs/Requirements of Programs and Functions to be Housed in Facility b. Architectural Program Tabulation c. Mechanical/Electrical Equipment Requirements d. Design Guidelines including Regulatory Requirements e. Adjacencies Requirements f. Utility Requirements including Process Utilities g. Networking and Communications h. Details of Any Unique Program Requirements (e.g. Vibration Control, Concentrated Building Loads, Shielding, Clean Room Requirements, etc.) 3. Detailed Design Services including: a. Preparation of Fit-out Plans and Specifications b. Development of Equipment Purchase Specifications Based Upon Process Requirements of the Scientific Program c. Production and Maintenance of Sufficient Documentation of Audit Supporting Validity of the Design 4. Construction Administration Support including: a. Review of Shop Drawings and Submittals b. Responses to Requests for Information, c. Construction Site Visits d. Equipment Procurement Services e. Determination of Substantial Completion 5. Project Completion Support including: a. Record Drawings from Construction Mark-ups b. Validation Services including: i. Preparation of a Validation Master Plan, ii. Preparation and Execution of Validation Protocols (IQ, OQ and PQ) 1. Summary Reports 2. Preparation of Building Systems (e.g., HVAC), Process Utilities and Fixed Equipment SOP?s including Maintenance, Operation, Calibration and Cleaning 3. Facility and Equipment Documentation Support for Required FDA Filings (e.g., Master File). It is anticipated that phase 1 Site Evaluation and phase 2 Conceptual Design, will start early November 2007 and phase 3, Detailed Design Services will be complete by January 2009 with construction completed by September 2010. Each phase will be awarded as a firm-fixed-price contract line item. Significant selection criteria in relative order of importance are: 1. Specialized, recent experience of the firm in the type of work required; if the firm is teaming with other firms for the bid, examples of recent, previous projects using the teamed resources; 2. Professional qualifications, registration and specialized experience of the team members and staff proposed for the project 3. Professional capacity of the firm/team to accomplish the work within the required time limits 4. Past performance ratings of Government agencies and private industry contracts. 5. A geographic location of the firm to ensure timely response to needs for on-site support; 6. Quality Control or Assurance Program A/E firms which meet the requirements described in this announcement are invited to submit original and five (5) copies of completed SF330 by September 4, 2007 to: Ms. Marilyn Buchen SAIC Frederick P.O. Box B Boyles Street Building 1050, Room 101 Frederick, MD 21702-1201 In order to assist the Selection Board in review of all applications, please include the following: Experience: 1. Summarize at least 3 cGMP facility designs and 3 BSL-2/3 laboratory designs within the last 5 years; for each project presented, provide the following information: a. Bid results as compared to your estimate and the owner?s programmed amount. b. Project team members and firm name. c. Owner point of contact with title and telephone number. d. Number and dollar value of design error and/or design omission related changes. e. Original design submission schedule, owner approved time extensions and final execution schedule (in bar chart format). 2. Summarize experience with cyclotron facilities. 3. Summarize projects including equipment procurement services. 4. Summarize at least 3 projects for building validation services for a cGMP pilot plant or bulk manufacturing facility and provide the following information: a. Total scope of services provided. b. Timeframe from start of services to approval for production. c. Products produced in facility. d. Other measures of success. Project Team: There must be at least one full-time registered Architect (RA) and at least one Maryland-registered Professional Engineer (PE) in each discipline (civil, structural, mechanical, and electrical). Team experience with projects completed which required Frederick City or county permitting and inspection. Level and breadth of experience and employment turnover rate of staff are considered key factors. In the case of a team arrangement, one firm must be identified as the lead contractor with single point accountability for performance of the entire contract. For teaming arrangements, there must be a clearly defined management plan outlining the approach and responsibilities for assuring coordination, quality, and timeliness of the contract deliverables. Summarize your proposed team with the following data: 1. Firm name. 2. Individual?s name. 3. Work history with individual or consultant firm. 4. Office location. 5. Professional degree(s) and date(s). 6. Professional registrations(s), dates(s), and state(s). 7. Assigned team responsibility. 8. Percent of each person?s time committed to this team per week. 9. Synopsis of design experience including firm name(s), years with each firm, and type of design experience with each firm. Quality Control: Provide evidence of the firm?s implemented Quality Plan indicating a management commitment to ensure the highest possible product quality and customer satisfaction and a Design Quality Assurance Plan including an explanation of management and design team components, specific quality control processes and use of interdisciplinary design reviews. References: Reference interviews will be conducted to establish strengths and weaknesses in the areas of: 1. Cost accuracy and control; 2. Quality of work; 3. Compliance with performance schedules; 4. Responsiveness to customer; 5. Project team effectiveness.
 
Place of Performance
Address: NCI at Frederick, SAIC-Frederick, Inc., Frederick, MD
Zip Code: 21702
Country: UNITED STATES
 
Record
SN01364218-W 20070809/070807220511 (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.