Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2009 FBO #2891
SOURCES SOUGHT

C -- AE IDIQ Full Service

Notice Date
10/22/2009
 
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, Maryland, 21702
 
ZIP Code
21702
 
Solicitation Number
A10-1411and12
 
Point of Contact
Marilyn H Buchen, Phone: (301)846-1527, Chad R Hildebrand, Phone: (301) 846-5422
 
E-Mail Address
buchenmh@mail.nih.gov, hildebrandcr@mail.nih.gov
(buchenmh@mail.nih.gov, hildebrandcr@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SAIC-Frederick, Inc., the Operational and Technical Support Contractor for the Frederick, Maryland Facility, require Indefinite Delivery/Indefinite Quantity Subcontracts for Engineer/ Architect services for NCI-Frederick. Design and renovation work at the facility is done in accordance with the guidelines of the most current NIH Design Requirements Manual, and SAIC Facilities Maintenance and Engineering Procedures (FMEP), General Specifications (GS) and Standard Specifications (SS). As a prime contractor, SAIC-Frederick issues subcontracts under the guidelines of the Federal Acquisition Regulations (FAR). Firms with MEP services in-house and capability to provide full-service mechanical, architectural, civil, structural, electrical, fire protection, and cost estimating capability are encouraged to submit their SF 330 for consideration. It is anticipated that two qualified firms will be awarded a subcontract. The Subcontracts shall be for three years with two one year options. Subcontracts shall be awarded to a qualified E/A firm with Biomedical Research Laboratory, AAALAC designed Animal Facilities, and administrative area and utility/infrastructure facilities design, with a concentration on laboratory layout design, mechanical systems, especially HVAC systems, electrical systems and fire protection engineering, with some background in current Good Manufacturing Process (cGMP). The contract shall have a value up to $1,000,000 per year. Firms may be asked to propose innovative and creative approaches to designing, maintaining and improving the facilities in keeping with current scientific technology and trends as may be applicable to the mission of NCI-Frederick. Services will be ordered by the issuance of individual task orders. Offerors responding to this announcement will be evaluated under the following criteria: (1) Specialized design and construction administration experience in biological laboratories, general administrative areas and vivariums, for renovation and new building designs. Offerors must provide evidence of past performance for at least three (3) relevant projects within the past five (5) years; (2) Professional qualifications and technical competence identifying the available detailed staffing capable of performing the level of work required. The firm must have at least one in-house full time registered Mechanical, Electrical, and Plumbing Engineer. In addition, the team shall consist of at least one registered Professional Engineer (PE) in each discipline (fire protection, civil, structural) as well as architectural, process, lab planning and cost estimating capability. Other Professional Engineers in other disciplines should be identified, but can be in-house or by subcontract or other such arrangement. Level and breadth of experience and employment turnover rate of staff are considered key factors. Mechanical HVAC and fluid support systems engineering experience is of high importance; (3) ) Demonstrated ability to effectively respond to requests for service in a timely manner; for teaming arrangements, there must be a clearly defined management plan outlining the approach and responsibilities for assuring quality and timeliness of the contract deliverables; (4) An implemented Quality Plan indicating a management commitment to ensure the highest possible product quality and customer satisfaction; (5) Resources to complete multiple concurrent tasks. The type of design projects and services expected to be performed under these subcontracts include: (a) General office buildings, cGMP, research laboratory and animal facility, for new and renovation work, with emphasis on laboratory layout design, mechanical HVAC, process and fluid support systems, and electrical power distribution and building automation systems (BAS); (b) Minor building additions and minor new administrative and laboratory facilities; (c) interior space planning/design studies; (d) engineering technical support and feasibility studies and analysis in architectural, civil, structural, mechanical, and electrical disciplines; and (e) guidance and direction in implementation of new and revised codes, regulations and statutes as may be applicable to the mission of the NCI-Frederick; f) other required services may be needed to address (1) Sustainable design services to include LEED TM or Green Globes TM certification; (2) preparation of stormwater management plans and permit applications in accordance with Maryland Department of Environment regulations; (3) addressing fire protection, life safety, indoor air quality, energy conservation, water conservation and/or hazardous material abatement. Deliverable text packages shall be prepared in AIA MASTERSPEC format, in Microsoft Word compatible software. Drawings are to be in AutoCAD 2007 or later. Prospective offerors are to submit a marked Original and five (5) copies of their statement of qualifications, form SF330, including all subcontractors and consultants no later than 3:00 p.m. November 24, 2009 to: Ms. Marilyn Buchen SAIC Frederick P.O. Box B Boyles Street Building 1050, Room 101 Frederick, MD 21702-1201 Subcontracts are scheduled to be awarded early in 2010. In order to assist the Selection Board in review of all applications, please include the following:. 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. 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). Summarize your proposed team with the following data: a) firm name b) individual's name c) work history with individual or consultant firm d) office location e) professional degree(s) and date(s) f) professional registrations(s), dates(s), and state(s) g) assigned team responsibility h) synopsis of design experience including firm name(s), years with each firm, and type of design experience with each firm Provide a Teaming Management Plan Provide a Quality Plan including the specific processes that will be used for deliverables produced by subcontractors and consultants.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/FCRF/A10-1411and12/listing.html)
 
Place of Performance
Address: NCI-Frederick, Frederick, Maryland, 21702, United States
Zip Code: 21702
 
Record
SN01990212-W 20091024/091022234817-1c9073920aab73c3a71b5b95f7e40abc (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.