Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 17,1995 PSA#1305

National Institutes of Health, Division of Procurement, Acquisition Branch C, Building 13, Room G800, 9000 Rockville Pike, Bethesda, MD 20892

C -- ARCHITECTURAL/ENGINEERING SERVICES FOR PROGRAMS OF REQUIREMENTS AND RELATED FACILITY STUDIES & ANALYSES SOL 263-95-P(HB)-0208 POC Sandra Jackson, Contract Specialist (301) 402-2163. The National Institutes of Health plans to enter into an Indefinite Quantity contract for A/E Services for Programs of Requirements and Related Facility Studies & Analyses. The awarded contract will be administered in fixed-price task increments for these services to be provided for NIH facilities nationwide (primarily on Bethesda, MD campus and Poolesville, MD campus). NIH buildings (nationwide) total approximately 20,000,000 gsf. Work involved under this contract includes, but is not limited to program of requirements mostly for new construction projects, major improvement projects exceeding an estimated construction cost of $1 million and for the acquisition of special purpose facilities under lease agreements. The principal disciplines required are architectural, civil, structural, mechanical, electrical and architectural programming. The firm must have environmental engineering capabilities. The Government may issue work orders for any or all of the work described above. The evaluation and selection of an awardee will be based on a two part format: A) submissions of SF-254 and SF-255 and B) presentations by the short-listed firms. The evaluation factors in order of priority are: 1) Experience - a) Programs of Requirements or Architectural Programs, b) Space Utilization Studies, and c) Feasibility Studies, 2) Staff - a) Availability of Required Disciplines, b) Registration & Education of Key Processional Personnel, c) Capabilities i.e. environmental engineering, 3) Management - a) Organizational Structure, b) Ability to meet schedules and budgets, c) Past performance on Government & Private Sector Contracts, and d) Past performance as a team, 4) Minority Participation - a) Minority owned subcontractor, b) Minority managers and c) Minority staff, and 5) Location - a) 1 hour response time to NIH, Bethesda, MD Campus, and b) 1 1/2 response time to NIH, Bethesda, MD Campus. The period of performance is one year from the date of award, with options for four(4) one-year extensions with the same terms and conditions. The maximum aggregate fee will not exceed $5,000,000 for the possible 5-year term, with an estimated maximum fee of $1,000,000 per year. THE INCUMBENT CONTRACTOR WILL BE PRECLUDED FROM THE AWARD Of AN A/E DESIGN SERVICES CONTRACT Of WHICH THE INCUMBENT CONTRACTOR DEVELOPED THE PROGRAM OF REQUIREMENTS. All responsible sources may submit 4 copies of an SF-254 for all members of the proposed team (prime and consultants) and a composite SF-255 for the proposed team which shall be considered by the agency. If a Joint Venture, identify the design office that will administer the project, and it's experience. Preparation of special brochures is not required. The cover letter will include the Solicitation Number 263-95-P(HB)-0208 and arrive in the procurement office listed above no later than 3:00 p.m. on the 31st calendar day after date of publication of this Notice (begin counting at the date of publication). If the 31st day falls on a weekend or Government holiday, the date for receipt of response will fall on the following Government workday. This is not a request for proposals. This Notice may represent the only official notice of solicitation. Women-owned and minority-owned firms are encouraged to participate. This is a total small business set-aside for small business firms only. (0074)

Loren Data Corp. http://www.ld.com (SYN# 0028 19950316\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page