MODIFICATION
C -- Building 1 Renovation Architect Engineer
- Notice Date
- 1/10/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541310
— Architectural 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
- B1R_Architect_Engineer
- Archive Date
- 5/31/2011
- Point of Contact
- Tiffany C Atchison, Phone: 3034975534, Jason Gerloff, Phone: 3034976320
- E-Mail Address
-
tiffany.atchison@nist.gov, jgerloff@nist.gov
(tiffany.atchison@nist.gov, jgerloff@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a request for Architect-Engineer (A-E) Qualifications statements from A-E firms interested in providing A-E services for the U.S. Department of Commerce, National Institute of Standards and Technology, Building 1 Renovation (B1R) project on NIST's Boulder, CO campus. This procurement is being conducted in accordance with the requirements of the Brooks Act as implemented by Federal Acquisition Regulation (FAR) Subpart 36.6. The NAICS code for this project is 541310. PROJECT DESCRIPTION Building 1 at NIST Boulder (also known as the Radio Building) was constructed in 1954. Building 1 is a cast-in-place reinforced concrete building. It serves as the main laboratory facility for research and measurements at NIST Boulder, supporting the NIST mission to provide measurements, standards, and technology that advance economic growth and address national needs. Building 1 comprises a total of 300,000 square feet, and includes administrative and support staff offices as well as laboratories. Building 1 includes a wide range of laboratory facilities that support research and measurements in areas such as electronics, nanotechnology, time and frequency measurements, quantum computing and quantum communications, laser science, optics, superconducting sensors, radio-frequency communications, magnetic field measurements, and many other areas. In many of these areas NIST Boulder performs the world's best research and measurements, including the world's leading quantum computing research programs, the world's most accurate atomic clocks, and some of the world's most sensitive measurements using unique superconducting devices. Building 1 also includes two clean room facilities for the fabrication of unique nanoscale instruments that are used for NIST Boulder research and measurements. The extremely demanding and sensitive research and measurements performed in Building 1 require tight control of environmental conditions such as temperature, vibration, humidity, and air quality. Environmental and space requirements for the B1R are based on extensive programmatic studies of NIST's technically demanding scientific programs, many of which directly or indirectly support US competitiveness. The building environmental requirements for programs slated for the B1R are not being effectively and economically met with laboratory space currently occupying a structure dedicated in 1954. Renovation of Building 1 is a necessity for NIST's continued long-term support of US industrial competitiveness in the world market. The B1R will provide extensive renovation of approximately half of Building 1, including Wings 3, 5, 6 and a portion of the Center Spine. This will provide 80,000 net assignable square feet of high performance laboratory space to perform research and measurements needed by industry and the scientific community. The renovation will support key technology areas such as nanotechnology, biotechnology, new energy sources, computing and telecommunications in a high performance facility. Renovated spaces shall be sufficient to support NIST's vision well into the 21st Century and will be supportive of infrastructure recently developed on site. The finished environment shall be supportive of internal collaboration and informal interaction and shall be energy efficient. The complexity of the program is evident from the numerous and diverse research divisions and support organizations located on the campus. The B1R consists of enhanced temperature control down to +/- 0.5 degree C, humidity control to +/- 5%, continuous air flow with filtration to class 10,000, vibration control, and new service corridors to provide lab support space for utilities in addition to the pedestrian corridor. Electrical elements included in the renovation will address components such as lighting, power distribution, power quality, electromagnetic interference, and standby emergency power for critical laboratory functions. The B1R will locate the bus ducts in the service corridors. Chilled water, steam, and compressed air will be supplied from the Boulder Site's Central Utility Plant. Communication elements that will be addressed include infrastructure components such as telephone cabling and fiber optic networks for data. Life safety and building security elements in the renovation include components such as fire alarm systems, fire sprinkler systems, and building access control. Renovation design and construction will comply with the Energy Policy Act of 2005 and will be submitted for LEED (Silver) certification for existing buildings. This project must demonstrate the value of integrated design that balances historic significance with current needs; balances aesthetics, cost, constructability, and reliability; and creates environmentally responsible and superior workplaces for civilian Federal employees. As required by law, all facilities will meet Federal energy targets and security requirements. SCOPE OF WORK The A-E firm shall provide pre-construction services to include detailed cost estimating of a $40 - $80 million construction contract for the Building 1 Renovation on a federal campus. In addition to cost estimating, the selected A/E shall provide constructability reviews, value engineering recommendations, provide design reviews at the various design submittal stages for two years. Due to the size of the project, the Architectural-Engineering (A-E) firm's contract with NIST is projected to range from $3.5 to $5 million dollars for design services to include all architecture, engineering, hazardous material/soil testing, inspections, laboratory de-commissioning standards, survey work, coordination with multiple federal, state, and local agencies and municipalities. The scope of professional services will require at a minimum: Professional Architecture and Engineering Services. NIST estimates that 65% of the design will fall under the engineering discipline while the remaining 35% will fall under the architectural discipline. The scope of work will require at a minimum: construction drawings, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD), (BIM) and post construction contract services (PCCS) for a federal campus that includes the decommissioning of existing laboratories and the construction of interior and exterior upgrades, site development, client program requirements, and sustainable features. The facility will be designed in English Units. Summary of Project Design Requirements: • Develop a master plan of mechanical, electrical, and plumbing systems. • Identify required system capacities. • Integrate utility plan into project scope • Create Building 1 project scope, budget, and phasing with assistance of project stakeholders. • Add and integrate utility infrastructure into architectural and structural revisions to Building 1. • Integrate and upgrade office and research laboratory requirements into existing spaces. • Upgrade building elements to comply with current code requirements. QUALIFICATION STATEMENT PREPARATION INSTRUCTIONS Each interested firm is invited to respond to this announcement by submitting seven (7) copies of a binder that includes its cover letter and Standard Form 330 to: Contracting Specialist: Tiffany Atchison Delivery Address: DOC/NIST/AMD 325 Broadway (MC 194) Building 21 Boulder, CO 80305 Phone number: (303) 497-5534 ALL SUBMISSIONS ARE DUE by 12:00PM local time on January 27, 2011. The following information must be on the outside of the sealed envelope: 1) Project Number and Title and 2) Announcement Closing Date and Time. Late responses are subject to FAR 52.214-7. All documentation will be in an 8 ½" x 11" format. Each binder shall have a front and back cover. The front cover will show the submitting firm's name and address, the project number and title, the announcement closing date and time, and any other pertinent information. Each binder shall be divided into the following labeled sections: Section 1 shall include a cover letter Section 2 shall include Part I of the SF 330 (without instructions) with tabbed subsections for Items A through I. Interested firms shall follow the instructions provided in the SF330, as supplemented below. Item D, Organizational Chart of Proposed Team - In addition to the information required by the SF330 instructions, each firm shall illustrate how the team will be structured and describe how it will be managed. Item E, Resumes of Key Personnel Proposed for this Contract - Each firm shall submit a resume for its proposed Lead Mechanical, Lead Electrical, and Lead Architect. Each resume shall not exceed three (3) pages, front and back, not more than 3 sheets of paper. In addition to the information required by the SF330 instructions, for each relevant project, each resume shall describe the person's role and areas of responsibility and level of commitment. Item F, Example Projects - Each firm shall submit no more than four example projects which best illustrate the proposed team's qualifications for this project. If more than four projects are provided, NIST will only consider the first four. For each project (a) describe the design approach including the salient features and address how the client's program, function, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution and (b) address the relevance of submitted projects to the B1R project. Item H, Additional Information - Item H shall not exceed thirty (30) pages, front and back, not more than 30 sheets of paper pages, 8.5 X 11. Past Performance - Each firm shall provide two completed Past Performance Questionnaires for each of the four projects described in Item F. Each firm may also provide information regarding recent awards, letters of recommendation, and other indications of the quality its past performance. Technical Approach - Each firm shall describe the parameters it will apply to the challenges of designing to the complexity of the Building 1 Renovation Project; meeting federal standards and codes; addressing sustainable design goals of construction waste management, energy efficiency, and environmental responsibility; managing work in occupied buildings; and integrating new design into existing systems and infrastructure. Each firm shall also describe its Management Plan and approach for accomplishing the design work in the project description including: (a) Organization of proposed team and approach to accomplish required tasks including milestones and overall schedule; (b) Plan for coordination of work between disciplines, and with sub-consultants (c) Current and planned workload (d) Ability of offeror to perform at least 15% of required tasks with in-house resources to accomplish and support the extensive design effort. Capacity - Each firm shall describe the capacity of firm and project team to accomplish the work within the required time frame Location and Knowledge of Locality - Each firm shall identify its location and describe its knowledge of the locality of the project. Small business subcontracting - While a formal subcontracting plan is not required at this time, a subcontracting plan will be required of the firm with which negotiation are held. Section 3 shall include Part II of the SF 330 and should include a separate tab for the firm and each subcontractor and consultant. Part II shall not exceed 6 pages, front and back, not more than 6 sheets of paper. SELECTION CRITERIA NIST will evaluate each potential contractor using the following selection criteria, which are listed in descending order of importance: (1) SPECIALIZED EXPERIENCE: NIST will evaluate each firm's submission to determine the extent of its specialized experience and technical competence in the type of work required including, but not limited, to: • Renovations projects of the magnitude, complexity, and dollar value of B1R; • Use of Integrated Project Delivery through the use of Building Information Modeling; • Renovations of occupied space including but not limited to Domestic Water, Fire Suppression Water, Sanitary Sewer, Storm Water, High Voltage Electrical, Telecommunications, and Security; and • Hazardous material removal methods including removal and containment that meets both the Environmental Protection Agency and the State of Colorado's Department of Environmental Health Protection Division. (2) PAST PERFORMANCE: NIST will evaluate each firm's past performance information to determine the relevance and quality of the offeror's previous work. NIST reserves the right to consider any available past performance information in addition to the Past Performance Questionnaires provided. (3) PROFESSIONAL QUALIFICATIONS: NIST will evaluate the extent to which each firm's submission demonstrates its proposed key personnel have qualifications that indicate they will successfully perform the roles for which they are proposed and the required services. (4) TECHNICAL APPROACH: NIST will evaluate the extent to which each firm's submission indicates that its approach to managing and performing the project demonstrates and understanding of the requirements and the firm's ability to successfully perform. (5) CAPACITY: NIST will evaluate the extent to which each firm's submission indicates it has the capacity necessary to successfully perform the project requirements in the required time. (6) LOCATION AND KNOWLEDGE OF LOCALITY: NIST will evaluate each firm in terms of its location in the general geographical area of the project and knowledge of the locality of the project. ADDITIONAL INFORMATION FOR INTERESTED FIRMS An informational meeting AND site-visit will be held on Monday, January 10, 2011. All individuals or parties who are interested must send a request to Tiffany Atchison at (tiffany.atchison@nist.gov). The email must contain the names of all the individuals who plan on attending along with their company name. Those attending must be registered no later than 1:00pm local time on January 6, 2011. Those not registered prior to this date will not be allowed to attend the informational meeting. Selected firms must comply with Equal Employment Opportunity requirements in accordance with FAR 22.8. Subcontracting plans will be required by the selected firms for large businesses in accordance with FAR 19.7. The subcontracting plan must show the firms intended use of small business, HUBZone small business, small disadvantaged business, veteran-owned small business, service-disabled veteran-owned small business, and women-owned small business concerns. Subcontracting Plans are not required with submission of SF 330. The most highly qualified firms and their proposed subcontractors and consultants will be expected to travel to Boulder, Colorado for discussions during the week of March 7, 2011. The government will not allow payment for travel, living expenses, computer time or hookups for the prime or the consultants during the selection process. No other general notification to firms will be made. This is not a request for proposal. No solicitation package is available. **All questions must be in to tiffany.atchison@nist.gov no later than Tuesday, January 18, 2011, at noon mountain time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/B1R_Architect_Engineer/listing.html)
- Place of Performance
- Address: 325 Broadway, Boulder, Colorado, 80305, United States
- Zip Code: 80305
- Zip Code: 80305
- Record
- SN02357227-W 20110112/110110233916-349056df4a5d03fb53877eafce66b246 (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 |