Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
SOURCES SOUGHT

C -- Architectural and Engineering Design Services - Sources Sought

Notice Date
7/14/2016
 
Notice Type
Sources Sought
 
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 B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
16-04873
 
Archive Date
8/20/2016
 
Point of Contact
Joshua Alderoty, Phone: 3019755867, Teresa Harris, Phone: 301-975-8029
 
E-Mail Address
joshua.alderoty@nist.gov, Teresa.Harris@nist.gov
(joshua.alderoty@nist.gov, Teresa.Harris@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought The following proposed contract action is for a contract with the Department of Commerce, National Institute of Standards and Technology (NIST) in Gaithersburg, MD 20899. Notice # - 16-04873 Solicitation Title: Architectural and Engineering Design Services NAICS Code: 541330 with a Size Standard of $15 Million The objective of this acquisition is to replace existing IDIQ architectural design services with a new multi-year contract to provide design and engineering services for building architectural renovation, additions, reconfiguration and repairs within the NIST Gaithersburg campus and facilities in Maryland. The Agency seeks qualified, experienced engineering firms for design and engineering services with specific types of specialized projects. This project will be solicited in FY17. A&E Services performed for NIST generally include evaluation, renovation, repair, modification/reconfiguration, replacement and/or building addition to campus building spaces and scientific laboratories. The work includes field investigation, surveying, and document preparation. Documentation may include engineering studies, conceptual design, survey reports, full contract drawings and specifications, design calculations, cost estimates and project schedules as defined by each Statement of Work. The expertise and qualifications will include evaluation and refurbishment of mechanical/electrical and plumbing (MEP) utility systems, laboratory specific specialty gasses and environmental controls, building envelope and interior structure of a comparable size and type of the NIST Gaithersburg Campus. This is a Sources Sought ONLY not a Request for Proposals (RFP) and does not commit the Government to award a contract now or in the future. The purpose of this synopsis is to identify organizations with the requisite qualifications to provide the services stated herein. All business organizations (SB SDB, Large, WOSB, HUBZone, VOSB and SDVOSB) are encouraged to respond to this notice. Interested, capable vendors/parties shall submit a capability statement in response to this Sources Sought Notice, including, at a minimum, the following: (a) Technical discussion of vendor's ability to perform the type of services described below; (b) Name of Company-include a contact person's name, telephone number, and email address; (c) Company Address; (d) Company Size (please specify as either-Large, Small, Small Disadvantaged, Woman Owned Small Business, Veteran Owned Small Business, Service-Disabled Veteran Owned Small Business, 8(a), Hubzone Small Business) or other; (e) Identify standard commercial terms and conditions typically associated with these services; (f) Identify existing or potential pricing structure in support of this type of work; (g) Identify qualifications of technical and management personnel; and Capability statements shall demonstrate if the contractor has experience providing service and repairing of Perchloric Fume Hoods and associated exhaust systems as well as wash-down systems: 1. Related Project Design Experience: NIST will evaluate the extent to which the A&E's response demonstrates team experience in successfully completing (design complete) related projects that meet design criteria of the solicitation requirements within the past 60 months. Specific types of specialized projects will include: Laboratories shall be for commercial facilities, federal and state facilities, hospitals, and college/universities. High school and lower grade laboratories will not be considered. a. Renovations that include all of the following, • commercial window replacements, • masonry repairs, • exterior building envelope repairs, and • roofing. Roofing designs are for replacement of an existing roofing system and would include design and specifications for new built-up roofs (at least three ply) of at least 20,000 SF minimum, including drains, coping and flashing meeting current insulation guidelines for federal facilities. b. Laboratory renovations of at least 1,300 SF which includes • replacement or reconfigurations of fume hoods at least four feet in width, • new laboratory grade casework, • new seamless flooring, • plumbing (either eye washes/showers or a sink(s), and • walls. c. Associated laboratory facility mechanical, plumbing and electrical renovations, upgrades and alterations that includes • Major utility systems, facility construction and reconfiguration, branch circuits of at least 50 amperes at 208V or 480V, 3 phase power for installation of specialized scientific tools, equipment and instrumentation, • distribution of manifold specialty gasses utilizing at least one of the following (nitrogen, helium, compressed air, or a custom blend) within the lab. d. Life safety and code compliance • IBC and NFPA analyses • access and egress analyses, • fire alarm systems and device designs, and • NFPA 13 fire suppression system modification calculations and new installations 2. Professional Qualifications of Staff and proposed Consultants: NIST will evaluate the extent to which the A&E firm's response demonstrates technical expertise, professional qualifications and successful project completion similar to the specialized design criteria of the solicitation requirements. Submissions that demonstrate a correlation of the proposed design team with the same projects that are submitted for evaluation under Related Project Design Experience will be considered technically qualified for selection. 3. Location of Firm: NIST will evaluate Capability Statements the extent to which the A&E's response demonstrates their proximity to the Gaithersburg MD campus (100 Bureau Drive, Gaithersburg, MD 20899) to comply with the location criteria of maximum distance of 60 miles. Distance will be evaluated based upon the firm's business address against an Internet mapping program. Corporate Experience: The Offeror shall describe previous experience in performance of projects similar in size, scope, technical difficulty, and complexity to the requirement described herein. Along with the above, the following specific information is requested: (a) Responses demonstrating experience with 1.a., 1.b., 1.c, 1.d., and 2 (b) Distance from NIST Gaithersburg - #3 (c) Business information outlined below. Business information: NOTES: The total number of pages to reply to this source sought shall not exceed 10 pages double sided and shall be submitted via FBO.gov's bid module. No other capability statements will be accepted. All vendors must be registered in SAM for contract award. www.sam.gov No Contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative. Once the results of this market research are obtained and analyzed for NIST's minimum requirements, NIST may solicit a competitive procurement and subsequently award a firm fixed price contract. Stay tuned to www.fbo.gov for all future contract announcements from NIST. No phone calls will be accepted for this notice. All questions may be addressed to Josh Alderoty at joshua.alderoty@nist.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/16-04873/listing.html)
 
Record
SN04183738-W 20160716/160714235751-ba6984f2fb32c4e70eeed7900b34f927 (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.