Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 12,2000 PSA#2577

National Institutes of Health, Office of Procurement Management, Acquistions Branch C, Bldg. 13, Room G800, Bethesda, MD 20892-5057

C -- A/E SERVICES FOR THE NATIONAL NEUROSCIENCE RESEARCH CENTER AT THE NATIONAL INSTITUTES OF HEALTH, BETHESDA, MD. SOL 263-00-P(CP)-0214 DUE 051000 POC Olga Acosta-Polston, Contracting Officer, (301) 435-4322 SOLICITATION NOTICE FOR A-E SERVICES UNDER THE DEVELOPMENT MANAGER FOR THE NATIONAL NEUROSCIENCE RESEARCH CENTER(NNRC)AT THE NATIONAL INSTITUTES OF HEALTH (NIH), BETHESDA, MARYLAND. The National Institutes of Health (NIH) announces an opportunity for design excellence in public architecture. A-E services are required for a proposed National Neuroscience Research Center (NNRC) on NIH'S campus in Bethesda, Maryland. The government intends to contract with a Development Manager. Included in the Developer's contract are complete A-E design services with the "A-E Design Team" that best demonstrates a commitment to overall (functional, aesthetic and engineering) design excellence while providing a viable team organization meeting the criteria set forth in this announcement. An "A-E Design Team" is defined as the A-E firm, partnership, corporation, joint venture, or other legal entity which shall have contractual responsibility for the project's design (architecture & engineering) and production. The resulting submissions in response to this notice will initially be evaluated and shortlisted by an NIH evaluation team (Stage 1). At that point, the Development Manager, currently being procured under Solicitation #263-00-P(CP)-0206, will be responsible for conducting the Design Competition (Stage 2)in accordance with their contract requirements. The successful Development Manager will hold the contract of the winner of the design competition. The program objectives for the NNRC project are to 1) create a complex which promotes world class biomedical research through communication and collaboration as a means to facilitate innovation and creativity 2) serve the government's needs for functional research and support space that is efficient, reliable, flexible, adaptable, safe, secure, readily maintained, cost effective, energy efficient, and is supported by state-of-the-art infrastructure systems 3) provide biomedical research laboratories, vivarium facilities, and shared spaces that increase interaction amongscientists and promote a collaborative work environment 4) enhance security and access control 5) develop a functional and conductive research environment to ensure a high quality of life for staff that will help attract and retain world class researchers 6) complete the project at the most reasonable cost to the government 7) complete the project on schedule in the most efficient and expeditious manner 8) minimize disruption to ongoing NIH functions/buildings/programs 9) provide a visual testimony to the scientific integrity and public accountability in the conduct of science, and 10) facilitate NIH's Neuroscience Research mission with a structure which serves as a world wide icon and an asset to both the NIH campus and the neighboring community. The design of the NNRC will provide flexible research space supported by state-of-the art-infrastructure systems, open lab neighborhoods, natural light to the laboratories, and defined lab/vivarium/public/support/ mechanical zones. Overall, the design of the NNRC shall: facilitate collaboration and communication; employ a flexible laboratory architecture/infrastructure that can change with the science over time; and accommodate a great diversity of research approaches from animal models to cell culture to computer science. The NNRC at the NIH will total approximately 600,000 gross square feet (GSF) and will be constructed in phases. The NNRC shall provide a collaborative environment for state-of-the-art neuroscience research with biomedical research laboratories, research support, vivarium (for both small animals and primates), lab offices, conference facilities, cafeteria, interaction areas, and public spaces. The NNRC will be designed as an integrated complex linked by a shared public space. The initial phase of construction will be approximately 200,000 GSF of research laboratories, vivarium (rodent), and support space located on the site of the existing Building 35. The programs housed in Building 36 will then occupy the new facility. Building 36 will then be demolished or modified and the remaining 400,000 GSF will be constructed. A key goal is to provide the NNRC in the shortest timeframe while adhering to the facility's overall program objectives. The NNRC will be on a highly visible site, of approximately 4 acres, on the perimeter of the campus, in proximity to residential neighborhoods. Also, the site is situated near the new Vaccine Research Center and Building 37. The site is within the pre-cast construction zone on the NIH campus. Acceptable building materials in this zone include stone veneers, cast stone, structural concrete, and pre-cast concrete, often in conjunction with large expanses of glass. The estimated construction cost range of the NNRC is between $200 and $250 million. The scope of the A-E services may include, but not be limited to, the following: pre-design, programming, site investigation, complete design services, engineering analysis and design, computer aided design and drafting (CADD), working drawings, specifications, cost-estimating, space planning, site/ landscape design, interior design, equipment planning, value engineering, post construction services, and other required supplemental services if so requested. The facility will be designed in metric units. The selection process will be established in two stages as follows: STAGE 1: The first stage will establish the design excellence capabilities and overall qualifications of the design team. The A-E will provide specific evidence of its qualifications and its capabilities to deliver Design Excellence, which responds to client's unique programmatic, operational, infrastructure, and contextual requirements, and will clearly express its design approach/philosophy. If the A-E design firm is a partnership, corporation, joint venture, or other legal entity permitted, by law, to practice architecture or engineering in Maryland, briefly describe the proposed working and legal relationships among its components. In the first stage, a short list minimum of at least three (3) "A-E Design Teams" willbe selected to participate in Stage 2. This short list will be based on the "A-E Design Teams" submittals of applicable SF 254's and the SF 255 Design Portfolio in response to this Request for Qualifications (RFQ). Qualifications submitted will be reviewed and evaluated based on the following criteria: (1) PAST PERFORMANCE ON DESIGN (50%): For the "A-E Design Team", submit graphics (maximum of three 8"X11" pages per project) and a typewritten description (maximum of two pages per project) of not more than five projects completed within the last ten years. The narrative shall address the design approach with salient features of each project and discuss how the client's program, functional, image, mission, site, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. Also, the narrative shall address how the HVAC was integrated with the building systems. Narratives are to include a discussion of design challenges (building/site) and how resolved. Include tangible evidence where possible such as certificates, awards, energy conservation features, peer recognition, etc. demonstrating design excellence. Provide a client reference contact for each project, including name, title, address, phone and FAX numbers. A portion of one page, presented for each project must include a representative floor plan, and either a site plan or a building section. Projects shall focus on new biomedical research facilities or related facilities. These ideally shall be situated in a campus or urban setting. Up to two projects, of any building type, can be submitted that best represent the architect's design excellence in response to unique user requirements. One project shall include a vivarium as a component of a larger research facility. (2) FIRM/STAFF QUALIFICATIONS (35%): Present the capabilities, expertise, experience and abilities of the entire team to design a complex which achieves the objectives of the NNRC and overall design (functional, aesthetic and engineering) excellence. Identify and describe the areas of responsibility and commitment of staff to this project and on previous projects listed. The "A-E Design Teams" will submit Standard Forms 254 and 255 that reflect the entire project team. z93) PHILOSOPHY/DESIGN INTENT (15%): (maximum of four typewritten pages) State the designer's overall philosophy/approach to the challenge of resolving design issues, engineering challenges, and the parameters that apply specifically to the proposed NNRC project with a focus on any unique aspects of a collaborative research program housed in a complex to be constructed in phases. Provide narratives that address the following: How will the "A-E Design Team's" management of this project provide the NNRC in the shortest time frame while maintaining quality, design/engineering excellence, operational flexibility, cost efficiency, and conformance with the ten program objectives listed? How can public/circulation/interaction space foster communications and best support the overall research mission? How can the design create a bond between the campus and the adjacent residential community? What does the engineer believe is the state-of-the-art MEP system and/or how can we minimize the energy usage of the facility? STAGE 2: In this stage, the "A-E Design Teams" (the complete team required to complete the project) shortlisted by the government will participate in a conceptual design competition and will be interviewed with their entire team. A stipend shall be provided to the teams to compensate for partial costs incurred during the Stage 2 competition. The competition submittals and the entire project team will be evaluated by the Development Manager and the Government. The Development Manager and the Government will jointly establish the criteria and the date these submittals are due, and provide the selection criteria for interviews, Stage 2 conceptual design competition, and the final selection process, with the Stage 1 short list announcement, published in the Commerce Business Daily (CBD). FOR STAGE 1 SUBMITTALS: Teams having the capabilities to perform the services described in this announcement are invited to respond by submitting a letter of interest and eight (8) copies of the Stage 1 submittal information listed above To: National Institutes of Health, DHHS, 9000 Rockville Pike Acquisitions Branch C, Building 13/Room G-800, Bethesda, Maryland 20892-5711 by 3:30 p.m. local time on the DUE date, May 10, 2000, of this notice. The following information MUST be on the outside of the sealed envelope: 1) Solicitation Number /Title 2) Due Date 3) Closing Time. Late responses are subject to FAR 52.208(b)(1). In Block 8 of the SF 254 specify only current W-2 payroll personnel (non-contract) of each firm. In Block 10 of the SF 255 the A-E Design firm must respond to the three (3) EVALUATION CRITERIA stated in this Stage 1 announcement. In Block 11 of the SF 255, the A-E Design Firm must sign, and include the name, title, and date of the submittal. Small and minority owned A-E firms are encouraged to participate.The Government recognizes the talent existing in smaller firms and encourages the contributions of new and innovative designers to public architecture. There will be a pre-submission meeting on April 14, 2000 from 12 noon until 2 p.m. at the Natcher Conference Center, Balcony C in Bethesda, Maryland. This solicitation is opened internationally to all firms registered to practice architecture in the United States. ** Posted 04/06/00 (W-SN442102). (0097)

Loren Data Corp. http://www.ld.com (SYN# 0027 20000412\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page