MODIFICATION
C -- Architect and Engineering Services
- Notice Date
- 4/24/2003
- Notice Type
- Modification
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663
- ZIP Code
- 20892-7663
- Solicitation Number
- 292-03-P(CL)-0125
- Response Due
- 5/22/2003
- Point of Contact
- Barbara Taylor, Contracting Officer, Phone 301-435-4333, Fax 301-402-1103,
- E-Mail Address
-
Taylorb@mail.nih.gov
- Description
- Modification Notice to Solicitation-The National Institutes of Health, DHHS, plans to enter into a contract for Architectural/Engineering services for the NIAID Integrated research Facility at Ft Detrick, Frederick Maryland; per the Brooks Act Guidelines. The A/E services include but are not limited to: of furnishing of architectural, interior design, laboratory planning, specialized high containment laboratory planning (BSL-3 labs and BSL-4 suit labs), vivarium planning; structural, civil, landscaping, mechanical, plumbing, fire protection, access controls, security, vertical transportation, electrical engineering, energy conservation, wind analysis, vibration analysis, thermal vapor flow and moisture analysis; telecommunications, estimating and scheduling services for the performance of planning and programming, studies, investigations, preparation and development of reports, coordination, schematic design, design development, working drawings, specifications, cost estimates, constructability reviews, value engineering, public presentations, regulatory submissions, and other related documents, and construction phase services including review of shop drawings, samples, equipment, construction inspections and problem solving, responding to RFI?s, commissioning of the entire BSL-4 portion and field inspections and other services as necessary to provide full and complete Contract Documents for the Construction of the NIAID Integrated Research Facility at Ft Detrick. Drawings will be designed using AUTOCAD Release 14 or greater. Drawings shall be in compliance with the latest version of the United States National CAD Standard (NCS), published by the National Institute of Building Sciences. 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. These requirements shall be addressed in item 10 of the SF 255. Selection criteria shall be in a two-part format, A) for the SF 254 and 255 evaluations and B) for the presentations by the firms short-listed from the 254 and 255 evaluation. The evaluation factors in order of priority are: A) SF 254 and 255 Selection Criteria: 1. Evaluation of completed or in-design projects of complex high containment biomedical laboratory research facilities designed within the past ten years that best illustrate the proposed design team capabilities including prior demonstrated successful experience in BSL-4 suit lab facilities design; prior demonstrated successful experience in complex BSL-2 and BSL-3 Biomedical facilities design; prior demonstrated successful experience in complex vivarium design; prior demonstrated successful experience in design applications of imaging; prior demonstrated successful experience in energy conservation, energy recovery and LEED or green design considerations; demonstrated successful Cost Control through design and construction; demonstrated compliance with performance schedules; participation of proposed key personnel in cited examples 2. Experience of Key personnel as related to A/E Services for complex high containment biomedical laboratory research facilities; contingency Plan in the event of key personnel leaving 3. Management Plan as related to A/E Services for complex high containment biomedical laboratory research facilities; organization of Proposed Team to accomplish the requirements of each task; capacity of team to accomplish the required tasks with their current workload (provide a complete list of all recent, current and potential future / anticipated or competing for; complex biomedical laboratory research facilities); small Business Participation in plan; local presence, availability.The estimated hard construction cost of this new facility will be between $70 and $80 million.The Schedule is anticipated as follows:? Design will begin in 6/03; it is assumed for planning purposes that the project will be bid in two phases; Phase one being a Site and Utility and Foundation Bid Package and Phase two being the remainder of the facility. The Phase one Contract Documents will be issued on or about 3/01/04; the Phase one construction will start on or about 4/15/04 and be complete on or about 9/01/04. The Phase two Contract Documents will be complete on or about 9/01/04 . Phase two construction will begin on or about 10/15/04 and will be complete on or about 9/15/06Interested firms must submit six copies of a completed Standard Form 254 and 255 to the Construction Contracts Branch, National Institutes of Health, Building 13, Room G-800, 9000 Rockville Pike, Bethesda, MD 20892, Attn: Barbara Taylor, no later than May 22, 2003 at 3:00 p.m. A Form 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. Point of Contact Barbara Taylor, Contracting Officer, Phone 301-435-4333, Fax 301-402-1103, Email taylorb@ors.od.nih.gov
- Place of Performance
- Address: Department of Health and Human Services, National Institutes of Health, Building 13 Room G-800 MSC 5711, Bethesda, Maryland 20892
- Zip Code: 20892-5711
- Country: USA
- Zip Code: 20892-5711
- Record
- SN00311038-W 20030426/030424213406 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |