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