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