Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
MODIFICATION

C -- A&E Services to Renovate Building 10 East Wing

Notice Date
7/23/2014
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, 13 South St., Room 2E43, MSC 5711, Bethesda, Maryland, 20892-5738
 
ZIP Code
20892-5738
 
Solicitation Number
HHS-NIH-ORF-SBSS-13-005
 
Archive Date
9/30/2014
 
Point of Contact
David Stephens, Phone: 3015946377, Monali Parikh, Phone: 3014439010
 
E-Mail Address
david.stephens@nih.gov, parikhm@mail.nih.gov
(david.stephens@nih.gov, parikhm@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR SF330 FORMS ONLY. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. The National Institute of Health (NIH) anticipates issuing a Request for SF 330 Qualification Statements for professional Architectural/Engineering Services to provide the Design and Construction Documents and Construction Administration services for renovations of building 10, the East Wing on the NIH Bethesda Maryland campus; including a total renovation of Building 10's East Wing and its systems to fully comply with all applicable codes, standards and guidelines; enhancing safety and security; increasing adaptability and flexibility; integrating technology and reducing energy use. The comprehensive scope of the A/E Services may involve all architectural and engineering design disciplines, including, but not limited to: scientific research laboratory and vivarium programming and planning, base building core and shell architecture; civil engineering and landscape architecture; mechanical, Building Automation Systems,electrical, and plumbing engineering including energy modeling; structural engineering including seismic analysis, vibration analysis and blast protection; building code, life safety, & fire protection consulting; exterior envelope, vapor barrier and waterproofing consulting vertical transportation (elevator) consulting; lighting consulting (exterior and interior); security consulting including vehicular and pedestrian access control, electronic, and perimeter; telecommunications consulting; sustainable design consulting including LEED certification; accessible design; geotechnical engineering; environmental engineering including an industrial hygienist; parking/traffic consulting; interior design; acoustical and audio-visual consulting; exterior building identification and interior way finding signage; and furniture, fixtures, and equipment consulting. The North American Industrial Classification System code (NAICS) is 541330 (Engineering Services), which has a standard size of $14,000,000.00 in average annual receipts. The prime (or joint venture) firm must be registered and active in The Government must agree to the use of any subcontractors and outside associates. Project Information: Building 10 East Wing The A-E services to be performed under this contract comprises the final phase of a master plan for the incremental renovation of the East Wing and includes design services for providing contract documentation for the East Wing construction project to include selective demolition and conversion of approximately 217,000 gross square feet of former patient care areas to BSL-2 laboratory, lab support, and office space, and facilities related to specific Clinical Center patient and donor functions for over 600 NIH researchers. SELECTION CRITERIA: Firms will be evaluated based on the following selection criteria (Factors and Sub Factors) which are shown in descending order of importance: 1. Professional Qualifications of Key Personnel - The evaluation of professional qualifications will consider relevant experience, education, training, professional registration, organizational certifications and longevity with the firm. The firm should indicate professional registrations/licenses, certifications from commercial organizations, professional recognition, professional associations, advanced training and specific work experience of key personnel. 2. Offeror's specialized experience and technical competence in the type of work required for project scope similar to the propose project, including experience in general and specialized laboratory design, clinical/patient care design, teaching facility design, office space design, and building utility systems design and building structure and envelope design. (Please provide 3 specific examples of relevant and recent (2008 -2014) and successful project experience of the sub factors listed below in descending order of importance). a. Building Information Modeling (BIM) knowledge and experience: This sub factor considers the extent of the offeror's experience in producing design documents using BIM model. The offeror's experience of using BIM software for the submitted projects and technical approach for the project execution and coordination efforts with various disciplines, construction contractor, and facility manager and, operations and maintenance staff. b. Offeror's past experience of technical competence in the type of work required for compliance with meeting the requirements for sustainable (green) design as stipulated by federal and agency specific requirements such as the Guiding Principles for Sustainable Existing Buildings, and elsewhere stipulated in sustainable (green) design standards published by Green Building Council (USGBC,) General Services Administration (USGSA,) Environmental Protection Agency (USEPA,) and the Department of Energy (USDOE.); where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials, and obtaining highest achievable level of Leadership in Energy & Environmental Design (LEED) certification. 3. Capacity to accomplish the work in the required time. (Please provide 3 specific examples of relevant and recent (2008 -2014) project experience of the following sub- factors listed below in descending order of importance). a. Offeror's narrative showing a clear understanding of the work and indicating the proposed approach to address the tight time restrictions of the project. b. Offeror's schedule in Gantt format, indicating critical periods of performance and critical lead times. c. Offeror's firm or team organizational chart showing a coherent management structure 4. Past Performance on Government and other contracts with respect to cost control, quality of work, and compliance with performance schedules as determined from PPIRS and other sources. The PPIRS is the primary source of information on past performance. However, any credible, documented evaluations may be considered, but the government is not required to seek other information on the past performance of a firm if none is available from PPIRS. Firms must demonstrate past performance in similar work in the sub criteria listed below: Please provide 3 specific examples of relevant and recent (2008 -2014) project experience of the following sub factors listed below in descending order of importance). a. Offeror's ability to provide control on cost, quality of work, and to compliance with performance schedules. b. Offeror's prior project experience for work at medical and or research facilities such as those facilities located on the NIH campus, or other type research institutions with similar size and scope of project as described in this pre solicitation.. 5. Location in the geographical area of the project and knowledge of the locality of the project.   SUBMISSION REQUIREMENTS: All requirements of this announcement must be met for a business to be considered for selection. Interested businesses must submit four copies of Part I and II of the SF 330 and supplemental qualification documents to substantiate the selection criteria described above. Part II of the SF 330 must be submitted for the prime business (or joint venture) and for each consultant. Please note that a separate Part II is required for each branch office of the prime business and any subcontractors when they will have a key role in the proposed contract. Offerors shall also submit one copy of the submitted package on a CD or DVD, in a searchable PDF format. Facsimile and electronic transmissions will not be accepted. Firms are strongly advised to ensure that their responses shall reference the pre solicitation number assigned to this procurement on the face of the envelope/package containing the required documents. The Firms' information to include name, address, telephone number, business category (e.g. Large, 8(a), SDVOSB), relevant NAICS code, and DUNS number shall also be listed. The SF 330 Part 1 and supporting qualification documents shall have a page limit of 75 pages. A page is one side of a sheet. Fonts shall not be smaller than 11 point Times New Roman and margins shall not be less than one inch for any attachments to the SF 330 and for any supporting qualification documents. Each copy shall be divided by tabs (dividers) separating Parts I and II, and tabs dividing the subsequent sections from each other. Tabs do not count towards the page limit. Please submit your qualifications and past performance data on SF330 Part I and II (architect-engineer qualifications). You can obtain Standard Form 330 at: http://www.gsa.gov and then clicking on Forms Library located under the most requested links on the left hand side of the web page. Firms desiring consideration should submit completed originals and three copies (NO ELECTRONIC COPIES) of form SF330 part I and II no later than 12:01 P.M. on Friday, August 22, 2014 to: Office of Acquisitions Bldg. 13, Room 2E47 9000 Rockville Pike Bethesda, MD 20892 Attn: David Stephens, Jr. Firms will be screened by the evaluation board, scored and ranked according to score. The most highly ranked firms, and only those firms, will be invited to interview with the selection board and will again be scored based on the same evaluation criteria listed above. The firm with the highest score will be provided a solicitation. Point of contact for this acquisition is David Stephens, Jr., e-mail: david.stephens@nih.gov. Any questions pertaining to this announcement are to be e-mailed to the Contracting Officer on or before 12:01(EDT) August 8, 2014. No Phone Calls Will Be Honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/HHS-NIH-ORF-SBSS-13-005/listing.html)
 
Place of Performance
Address: Building 10/ East Wing, NIH Campus, Bethesda, Maryland, 20892-5738, United States
Zip Code: 20892-5738
 
Record
SN03435537-W 20140725/140724000131-57a7ca175d73b9dded0ccd8ddbe5ed62 (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.