|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 18,1996 PSA#16189000 Rockville Pike, Bldg. 13, Rm G-800, Bethesda,MD 20892 C -- A/E SERVICES FOR AN INDEFINITE DELIVERY CONTRACT FOR
INFRASTRUCTURE, BUILDING SYSTEMS, UTILITY SYSTEMS AND ASSOCIATED
FACILITIES NATIONAL INSTITUTES OF HEALTH, BETHESDA, MARYLAND SOL
263-96-P(CH)-0228 POC Larry Hunter, Contract Specialist, (301)
402-2163. Solicitation Notice:Institutes of Health plans to enter into
three ''Indefinite Delivery'' contracts for Architectural/Engineering
services for term type contracts for Infrastructure, Building Systems,
Utility Systems and Associated Facilities including animal laboratory,
biomedical laboratory, hospital and miscellaneous support spaces.
Three term type contracts will be awarded. Each one will be awarded for
one year (365 calendar days) with four one year options. The type of
contract awarded will be based upon a ranking of first, second, and
third place. The awarded contracts will be administered in task-
fixed-price increments. Any of the three contracts can be issued by the
Government at anytime during the contract period regardless of ranking.
The A/E services include but are not limited to: development of program
of requirements, development of final design schemes, performance of
hazardous materials surveys, preparation of plans and specifications
suitable for bidding, preparation of detailed cost estimates, and post
design services. The Government may issue work orders for any, or all
of the work described above. Independent firms, as well as joint
ventures and firm/consultant arrangements, will be considered and
evaluated based upon demonstrated ability to provide a quality design
effort and capacity to follow through all phases of the project. Only
firms able to have a qualified representative within four hours of NIH
request and firms which are a small business concern will be
considered. These requirements shall be addressed in item 10 of the SF
255. Selection criteria shall be in a two part format: (A) - The SF
254 and 255 Evaluation, and (B) The presentations by the firms
short-listed from the 254 and 255 evaluation. The evaluation factors
listed in descending order of importance are:(A) SF 254 and 255
Selection Criteria: 1. Specialized experience and technical competence
in infrastructure, building systems, utility systems and associated
facilities including animal laboratory, biomedical laboratory,
hospitals and miscellaneous support spaces. 2. Professional
qualifications necessary for satisfactory performance of required
services in similar projects. 3. Capacity to accomplish the work in the
required time. 4. Past Performance on similar contracts with Government
agencies and private industry in terms of cost control, quality of
work, and compliance with performance schedules. 5. Location in the
general geographical area of the project and knowledge of the locality
of the project. (B) Presentation Selection Criteria: 1. Evaluation of
three (3) recently completed projects showing the team's expertise in
infrastructure, building systems, utility systems and associated
facilities which best illustrates the proposed design team
capabilities. (a) One project shall have a construction estimate up to
$150,000. (b) One project shall have an estimated construction cost of
between $150,000 and $500,000. (c) One project shall have an estimated
construction cost of between $500,000 and $3,000,000. For one of the
evaluated projects show all pre-design and design submissions, owner or
other reviewer comments, all estimates, and bidding documents. 2.
Experience of key personnel assigned to our project as related to
similar projects and relationship to the three (3) evaluated projects.
3. Management plan as related to design and construction projects in
indefinite delivery contracts. 4. Contingency plan in the event of a
loss of key personnel or appreciable increase in the workload of the
A/E. Each contract shall provide for a one-year term with an option for
a total of four one year options. Billing rates will be negotiated. The
maximum aggregate fee will not exceed $15,000,000 for the possible five
year performance of each contract with a not to exceed amount of
$3,000,000 per year. The guaranteed minimum fee is $10,000 per year.
Interested firms must submit a completed Standard Form 254 and 255 by
the date stated in the CBD announcement. A SF 254 and 255 shall be
presented for all joint venture members and consultants, and a
composite SF 255 for the proposed team. If a Joint Venture, identify
the design office that will administer the project and its experience.
Firms responding to this announcement within 30 days from publication
date will be considered. Firms must submit forms to Acquisition Branch
C by 3:00p.m. EDT on the closing date. Should the due date fall on a
weekend or holiday, Standard Forms 254's and 255's will be due the
first workday thereafter. This is not a Request for a proposal. This
procurement is a total small business set-aside for SIC Code 8712 with
a size standard of 2.5 million in annual receipts. When calling be
prepared to state name, address, and solicitation number. (0166) Loren Data Corp. http://www.ld.com (SYN# 0018 19960617\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|