Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1999 PSA#2340

Centers 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