|
COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1999 PSA#2340Centers for Disease Control and Prevention (CDC), Procurement and
Grants Office, 2920 Brandywine Road, Colgate Building, Atlanta, Georgia
30341-4146 C -- ARCHITECTURAL-ENGINEERING & INTERIOR DESIGN SERVICES SOL
1999N00136 DUE 060899 POC Lisa Jordan, Contract Specialist, (770)
488-2626 The Centers for Disease Control and Prevention (CDC) has a
requirement for architectural design services, space planning,
furniture and furnishings planning and design, and verification and
correction of as built drawings of existing conditions of CDC
architectural/ interior improvements. The A/E/Interior Design team
shall include structural, mechanical, electrical, plumbing, and fire
protection disciplines and will coordinate with CDC data and
communications service providers. The team will perform studies,
investigations and evaluations, design and construction document
production, construction phase services, furniture and furnishings
installation phase services and other related services. Space and
furniture design is required to be in accord with the CDC Furniture
Standards Program and other Federal Government procurement regulations.
Project and building types will include renovations, additions, new
interior construction furniture and furnishings. The A/E firm must
demonstrate strong expertise in the area of interior planning and
design. Services shall include design, selection, arrangement, and
color coordination of furniture and furnishings that may include
systems furniture, modular furniture, seating, filing, desks, tables
and other typical office furniture. In addition, office furnishings may
include signage and decorative objects. Design experience should
include phased renovations, offices, laboratories, and other supporting
facilities. All documents shall be produced in-house using AUTOCAD
Release 14 using CDC layering and drawing standards. Projects will be
limited to the metropolitan Atlanta, GA area. In evaluating proposals,
the following criteria shall be applied: I. Qualifications of Project
Manager and Discipline Leaders. Minimum responses shall include, but
not be limited to, the following: a. Professional experience (Project
Manager shall be a Registered Interior Designer in the State of Georgia
licensed by the Georgia State Board of Architects). b. Past shared
project design experience of A/E/ID team. Emphasis will be on interior
planning and interior design work with emphasis on experience with
systems furniture, modular furniture, seating, filing, desks, tables
and other typical office furniture. c. Demonstration of abilities to
manage similar contracts utilizing phased renovation projects occupied
during renovation, furniture inventory and reassignment of existing
furniture assets. Weight: 30%. II. Firm's past performance on similar
projects. Minimum responses shall include, but not be limited to the
following: a. Past performance on similar contracts with Government
agencies maintaining project schedule, project budget, and working with
Federal Government furniture and furnishings procurement regulations
and procedures. b. Past performance on similar contracts with private
industry maintaining project schedule and project budget. c.
Demonstration of user satisfaction with quality of work. d.
Demonstration of successful techniques in phased renovation projects
occupied during renovation. Weight: 20%. III. Proven experience with
listed building types. Minimum responses shall include, but not be
limited to, the following: a. Team specialized experience and technical
competence including but not limited to innovative design solutions
within existing and occupied spaces. b. Team specialized experience and
technical competence in preparing furniture inventory and application
of inventory to new projects. Weight: 20%. IV. Organization of proposed
team. Minimum responses shall include, but not be limited to, the
following: a. Organizational structure and demonstrated ability to
organize and manage similar contracts. b. Management plan reflecting
coordination of disciplines, quality control, and controls to maintain
project schedule and construction, furniture and furnishings costs.
Weight: 20%. V. Location of the prime firm and all consultants must be
within 50 miles of the Clifton Road campus. Weight: 10%. This is an
indefinite delivery/indefinite quantity type contract with an estimated
valueof $1,000,000 for a one year base period with four (4) one year
option periods estimated at $1,000,000 each. Individual task orders
will not be less than $1,000 and will not normally exceed $300,000. All
work will be coordinated through the CDC Design and Construction
Management Office (DCMO) in Atlanta, Georgia, Clifton Road Campus.
Firms believing they have the capabilities to perform these services
are invited to submit (1) a SF254, for prime firm and each consultant;
(2) SF255 as related to the specific criteria; and (3) additional
photographic and/or technical material not to exceed 10 pages as
technical support. Responses are due June 8, 1999, at 2:00 p.m., local
time. The applicable SIC code is 8712. Firms are advised that as
required by FAR 52.219-9, a large business successful offeror will be
required to submit for approval, a subcontracting plan outlining which
portions of the work to be subcontracted will be awarded to small
businesses, small disadvantaged businesses, and women-owned small
businesses. An acceptable subcontracting plan must be agreed upon prior
to contract award to any large business firm. This is not a RFP and the
Government is not committed to award a contract pursuant to this
announcement. Site visits will be not be arranged during the submittal
period. Posted 05/04/99 (I-SN327443). (0124) Loren Data Corp. http://www.ld.com (SYN# 0026 19990506\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|