MODIFICATION
C -- Architect-Engineer Services
- Notice Date
- 2/11/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- NB194000-9-04288
- Point of Contact
- Missy Capitani, Phone: 303-497-5534, Jason Gerloff, Phone: 3034976320
- E-Mail Address
-
capitani@nist.gov, jgerloff@nist.gov
(capitani@nist.gov, jgerloff@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The United States Department of Commerce (DOC), National Institute of Standards and Technology (NIST) has three facilities located at Boulder, Colorado; Wellington, Colorado; and Kauai, Hawaii. These locations consist of approximately 30 separate buildings totaling approximately 650,000 square feet, which consist of scientific research laboratories and clean rooms, warehouses, machine shops, maintenance, shops, a central utility plant, administrative offices, and conference/auditorium facilities, along with radio transmission sites. The age of the facilities range from the late 1950's to present day state of the art technology and construction. The National Institute of Standards and Technology (NIST) is seeking a qualified firm to provide Architect-Engineer Services with emphasis on a firm that has complete architectural, mechanical, electrical, fire protection, security systems, and civil engineering capability. The Indefinite Delivery - Indefinite Quantity Task Order Contract will have a twelve (12) month base period of performance with renewal options for four (4) additional twelve (12) month periods. **A firm-fixed price will be negotiated for each task order. The contract will have a $5,000.00 minimum and a $5,000,000.00 maximum over the life of the contract. The proposed contract is 100% set-aside for small business concerns. The NAICS Code for this requirement is 541330. The Size Standard is $4.5 million in annual receipts (average annual gross revenue for the last three (3) fiscal years). Projects include the evaluation, renovation, modification, replacement, and upgrading of buildings, structures, and services. Work may include the following disciplines: architecture, landscape architecture, field investigation, civil structural, mechanical, electrical, fire protection, security systems, construction management, inspections (quality assurance and control), geotechnical engineering, materials testing/evaluation, surveying and document preparation. Document preparation includes engineering feasibility studies, conceptual designs and reports, contract drawings and specifications, design calculations, cost estimates, master planning, and project schedules. Specialized qualifications include experience in the evaluation and refurbishment of building structural systems especially in terms of a campus type or similar large-scale facility. Projects may include design of new and renovated scientific research laboratory facilities, administrative facilities (offices, operation centers, warehouses), utilities, electrical systems, water, sewage systems, ADA compliance requirements, safety systems such as fall protection devices/guardrails, solar/energy conservation systems, roofs, communications, security systems, radio transmission towers, heating/ventilation/air conditioning systems, roads, fences and gates. Criteria to be evaluated in the selection for award include: **(1) Construction of additions to commercial facilities, such as but not limited to laboratories which include cleanrooms; **(2) Recent specialized experience (within five years) with architectural renovations, such as but not limited to, laboratory facilities, commercial window replacements, masonry repairs, exterior building repairs, and roofing; **(3) Specialized experience and technical competence in the type of work required, including research laboratory environments; vibration analysis and environmental factors for laboratories (clean rooms), and the renovation of government facilities of different square footages built in the 1950-1960's era; **(4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; **(5) Professional qualifications of the present staff and consultants. At a minimum, present staff and consultants should include registered PEs for mechanical, electrical, fire protection, civil, and structural, registered Architect for architectural and certified welding/concrete inspectors, along with key personnel/team leads/project managers and adequate administative/clerical/CAD operator support and equipment. (6) Ability of the firm to respond to specific tasks within the required time frame; and **(7) Location of the firm within the general geographical area of the NIST, Boulder, CO and Kauai, HI Facilities, provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Architect-Engineering firms are advised that at least 50% of the level of contract effort must be performed in the specific project location. Any local area offices must have the authority to commit the firm and have adequate staff depth to assure quick response to technical and administrative matters. Selected firms will work on projects partnering with a government assigned engineer/project manager to provide a complete design and procurement ready contract package acceptable for the government procurement process. All documents will be in a contract ready format and used to solicit qualified contractors requiring firm fixed prices to perform the work requirements detailed in the specifications. Firms responding are requested to clearly indicate those tasks performed in house and those to be subcontracted. Firms requesting consideration are required to submit a Standard Form 330, dated 6/2004. The Government reserves the right to award more than one contract as a result of this announcement. This contract will be procured under the Brooks Act and FAR Part 36. This is not a Request For Proposal. It is important to note that in accordance with Federal Acquisition Regulation 52.219-14, Limitations on Subcontracting, the prime contractor is required to perform at least 50% of the labor with their own employees. All Standard Form 330s and associated documentation are due to Department of Commerce by 12:00 p.m. March 2, 2010. An original and 5 copies are required to be submitted to: Department of Commerce, National Institute of Standards and Technology, 325 Broadway, Mail Stop Code 194, Building 21, Attn: Missy Capitani, Boulder, CO 80305. All firms who are identified on the short list after evaluation of SF 330s can tentatively anticipate scheduling interviews during the weeks of April 12 and 19, 2010. Please ensure that all executive level and other involved individuals of your firm will be available for attendance during these dates. Please note all paragraphs which include changes made on 2/11/2010 are annotated with **.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB194000-9-04288/listing.html)
- Place of Performance
- Address: DOC, NIST Facilities as Listed Above, Boulder, Colorado, 80305, United States
- Zip Code: 80305
- Zip Code: 80305
- Record
- SN02063289-W 20100213/100211234552-6c0d571b8e5f25ed3b4d22bcf6ec544f (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 |