Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOLICITATION NOTICE

R -- IDIQ A-E Contract

Notice Date
9/8/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2010-N-12671
 
Archive Date
11/30/2010
 
Point of Contact
Steven J Baughman, Phone: (770)488-2603
 
E-Mail Address
sbaughman@cdc.gov
(sbaughman@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
The Centers for Disease Control and Prevention (CDC) contemplates award of a fixed price Architect Engineer contract for Facilities Planning and Real Estate Advisory Services for its' nationwide facilities inventory and its international facilities program, which includes both CDC occupied facilities and facilities for host-nation governments funded by CDC through grants or cooperative agreements. The procurement is unrestricted and the NAICS code is 541310. This will be an indefinite-delivery indefinite-quantity (IDIQ) type contract and is estimated for $5,000,000 in fees for a one-year period with four 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. The scope of services required in this Contract includes but is not limited to: 1) periodic update or complete revision of CDC's physical facilities Master Plans for its various facilities, 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 (PDS) to determine the feasibility, potential size, and cost of construction for new buildings, infrastructure provision, and renovation of existing facilities; 3) performing preliminary and final space programming and layout for new and existing facilities including biological and environmental laboratory and laboratory support space, office, and animal housing; 4) preparing financial feasibility studies for various building projects and facility programs; 5) serving as CDC's financial advisor when determining and assessing alternative financing structures for buildings and facilities projects; 6) conduct all research/investigations and prepare Environmental Impact Statements (EIS) and Environment Assessments (EA) in compliance with National Environmental Policy Act (NEPA); 7) Security Assessments both domestic and international; 8) Conduct all research and investigations for producing Cultural Resource Assessments, and similar historic preservation activities, in accordance with the National Historic Preservation Act (NHPA); 9) Conduct all research and prepare Boundry/Topographic/Utility surveys; and 10) Preparing and delivering various professional presentations, including verbal, graphic, slides, photographs, simple animation, informational brochures, video, or a combination of these media, for buildings and facilities projects, financing or economic feasibility projects, and related CDC program initiatives. Independent firms, as well as joint ventures, will be considered and evaluated based upon demonstrated ability to provide quality work as described in items 1-10 above, and ability to accomplish this work in a timely and efficient manner. Responses shall include SF 330 for all firms and joint venture members. A limit of twenty (20) additional letter size sheets plus five (5) representative photographs or graphic examples of relevant projects will be permitted responding to the selection factors listed below. Selection criteria shall be in accordance with FAR 36.602, and the following evaluation factors listed in relative order of importance. I. (25 points total) PROJECT TEAM: A) (10 Points) Professional qualifications and relevant experience of key team personnel (contract managers, project managers, task managers, and key technical staff, at a minimum) as related to items above; B) (10 Points) Experience of the proposed team in working together on projects of similar type and magnitude; C) (5 Points) Experience of proposed team in working internationally with United States Government (USG) and Foreign Government Ministries of Health. II. (25 points total) TECHNICAL ABILITY: A) (10 Points) 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) (5 Points) The team's ability to research and compile historical facility, financial, and program information into a uniform and coherent whole; C) (10 Points) Internationally, the firm's ability to effectively work, communicate (in multiple languages), and develop feasible solutions in locations that pose significant environmental, climatic, resource and logistically challenged situations. III. (20 points total) ORGANIZATION AND MANAGEMENT: A) (10 Points) 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) (10 Points) The degree to which the current staffing of the principal firm and the various team member firms are capable of administering CDC projects in regards to expertise, staffing at all levels, location of contractor facilities and personnel, and ongoing volume of work domestically and internationally. IV. (15 points total) 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 controls and performance schedules. V. (15 points total) GEOGRAPHIC LOCATION: A) The location of the firm or field office relative to CDC's Atlanta, GA headquarters, for the purpose of expediting day-to-day correspondence, meetings, reviews, etc., and for the purpose of minimizing travel-related expenses for both the Government and the Contractor. a). (10 Points) Located within 100 miles of 1600 Clifton Road, Atlanta, GA 30333, b). (5 Points) Located within 101 to 250 miles from 1600 Clifton Road, Atlanta, GA 30333, c). (0 Points) Located over 250 miles from 1600 Clifton Road, Atlanta, GA 30333. B) ( 5 Points) The firm's current international foot print and ability to maneuver personnel or teams globally to meet contract requirements. Firms desiring consideration are invited to submit a letter of interest along with Five (5) hard copies each of completed form SF 330. Electronic submissions will not be considered and will not be accepted. Responses are due by 2:00 p.m. (Eastern Standard Time) on October 14, 2010. Proposals received after this date and time are late and will not be considered. Questions concerning this solicitation shall be addressed to Steven Baughman, Contracting Officer, in writing or may be e-mailed to baughman@cdc.gov. Contract Award will be subject to availability of funds. In order to reduce the possibility of error and to increase the quality of our service to you, all deliveries, packages, etc. must include the name of the Contracting Officer for the particular project. Submit copies of to: Centers for Disease Control and Prevention, Buildings and Facilities Contract Branch, ATTN: Steven Baughman - Contracting Officer, Colgate Building/Koger Center, 2920 Brandywine Road, MS-K71, Atlanta, GA 30341.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2010-N-12671/listing.html)
 
Place of Performance
Address: Centers for Disease Control & Prevention, 1600 Clifton Road NE, Atlanta, Georgia, 30333, United States
Zip Code: 30333
 
Record
SN02274010-W 20100910/100909000830-79dbecbae984aeb2e9d646da04512da7 (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.