SOLICITATION NOTICE
C -- Architectural/Engineering Services for IDIQ Type Design Contract for the NIEHS
- Notice Date
- 8/10/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Environmental Health Sciences, Acquisitons Management Branch, PO Box 12874, Research Triangle Park, NC, 27709
- ZIP Code
- 27709
- Solicitation Number
- 273-04-P-0002
- Response Due
- 9/9/2004
- Archive Date
- 9/9/2005
- Point of Contact
- Steve Cannon, Contract Specialist, Phone 919-541-0377, Fax 919-541-5117,
- E-Mail Address
-
scannon@niehs.nih.gov
- Description
- This contract replaces the previously advertised notice of 273-03-P-0012. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR 36.6 and selection will be non-project specific. This is a Total Small Business Set-Aside. Firms will be selected for negotiation, if necessary, based on qualifications for the required work and demonstrated competence. The services will consist of all the professional disciplines including mechanical, electrical, structural, and civil engineering, and architectural, landscape architectural and interior design specialists as required by the National Institute of Environmental Health Sciences, (NIEHS), in support of a biomedical research and support facilities environment. Not all disciplines will be required for each project. Additional consulting specialists not named above may be required and, if needed, will be indicated in the individual projects or task orders. One Indefinite Delivery Indefinite Quantity type contract will be negotiated and awarded, with a base year estimated capacity not to exceed $1,000,000. The Government has the unilateral right to exercise options to extend the contract for up to four ?(4) additional periods, not to exceed 365 calendar days for each period or until an additional limit of $1,000,000 is reached for each period, whichever occurs first. However, if the dollar capacity of the previous period has not been utilized, the unused capacity will carry over to the following option period (if it is exercised). The maximum contract value may not exceed $5,000,000 aggregate total. The maximum guarantee for the contract shall not exceed $5,000 and is dependent upon the number of option years, if any, exercised by the Government. The minimum guaranteed fee is $1,000 for the base year. The hourly rates will be negotiated for each 365-calendar day rate period. Rates for the Base Rate Period are effective for the first 365 calendar days from date of award, rates for the Second Rate Period are effective from the 365th to the 730th day from date of award, and so on (irrespective of which option period is in effect). Task Orders under this contract will not exceed $1,000,000. The value of individual task orders executed under this contract may range from $5,000 to $1,000,000. Task orders awarded under the existing task order A/E contract have ranged from $5K to $125K and have averaged about 10 task orders per year. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. NIEHS anticipates award of this contract in November 2004. The North American Industry Classification System (NAICS) Code for this procurement is 541330, which has a size standard of $4 million in average annual receipts. This contract is set-aside for small businesses only. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Services Contract Act, as determined relative to the employee?s office location (not the location of the work). To be eligible for contract award, a firm must appear registered in the Central Contractor Registration (CCR) Database prior to contract award iaw FAR 4.1102. Register via the CCR Internet site at http://www.ccr.gov or by calling 1-888-227-2423. If a small business were to receive an award as prime contractor as a result of this small business set-aside solicitation, the small business firm must comply with FAR 52.219-14, Limitations on Subcontracting, which states that at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. 2. PROJECT INFORMATION: The work shall include project surveys, studies, designs including working drawings and specifications, cost estimates, and post-design services and other related documents primarily for renovations and alterations/additions to existing facilities. Work will be submitted in hard copy report format, hard copy D-size drawings, and/or automated/CADD format including digital photos and data support. 3. SELECTION CRITERIA: The selection criteria for this contract is listed below in descending order of importance. (a) Professional Qualifications (35%): in the following key disciplines: (1) Licensed mechanical engineers. (2) Licensed electrical engineers. (3) Licensed structural engineers. (4) Licensed civil engineers. (5) Licensed architects. (6) Licensed landscape architects and (7) Licensed interior design specialists. (8) Registered land surveyors. (9) Engineering, surveying, and CADD technicians. The evaluation will consider demonstrated, documented and relevant education, training, registration, voluntary certifications, overall and relevant experience (highlighting recent achievements within the last three years), and longevity with the firm of key management and technical personnel. The selected firm shall have all the necessary licenses and certifications as required and/or recognized by the State of North Carolina to provide professional engineering facilities design services. Each design discipline shall be supervised by a licensed professional engineer/architect registered in the respective discipline. All Key personnel must be professionally registered in their discipline. (b) Specialized Experience and Technical Competence in (25%): project surveys, studies, designs including working drawings and specifications, cost estimates, and post-design services and other related documents primarily for renovations and alterations/additions to existing facilities. Ability to provide work in hard copy report format, hard copy D-size drawings, and/or automated/CADD format including digital photos and data support. (c) Past Performance (25%): on Government contracts and other private industry contracts with respect to quality of work as a record of conforming to specifications and standards of good workmanship, adherence to contract cost control, and compliance with performance schedules, including the administrative aspects of performance, reputation for reasonable and cooperative behavior, commitment to customer satisfaction, and business-like concern for the interest of the customer. Points of contact provided in other criteria may be contacted. A proposal with no record of relevant past performance information shall be evaluated neither favorably nor unfavorably. For each project provided as experience under Criteria (a) and Criteria (b): If a federal contract, provide a copy of all ?Performance Evaluation ? (Architect ? Engineer)? issued for that contract; If not a federal contract, provide facility owner documentation of the firm?s performance issued on that contract. If no documentation exists, so state; Provide accessible owner points of contact- name, title, address, telephone number, and fax number; and Provide copies of awards and letters of appreciation/commendation. If information to be submitted for a specific project applies to more than one of the projects provided as experience under Criteria a (SF 330 Section E) and Criteria b (SF 330 Section F), submit only one copy of the information, and clearly identify to which other projects it is applicable to. (d) Capacity (5%): to perform approximately $1,000,000 in NIEHS work of the required type in a one-year period in relation to a firm?s overall capacity. Indicate the firms present workload. For each design team firm, list all relevant, current projects being designed in the design team firm?s office, and indicate the current design fee. For each project, identify the current design fee, the current stage of design, and the anticipated design completion date. Indicate the firm?s present workload and the availability of the project team (including sub consultants) for the specified contract performance period. and the availability of the project team (including consultants) for the anticipated contract performance period (Calendar Year 2005) and indicate specialized equipment available. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. (e) Knowledge of RTP issues (5%): demonstrated knowledge of design approaches, construction materials, codes/ordinances, costs, and other conditions unique to NIEHS, Research Triangle Park, North Carolina. (f) Location (5%): in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract. SUBMISSION REQUIREMENTS: Interested parties having the capabilities to perform this work must submit a letter of interest along with six -(6) copies of a SF 330 (submitted for prime firm and each key sub consultant) and six (6) additional photographic and/or technical materials. An electronic version of the material on CD is also requested. Only ten letter size sheets may be attached to the SF 330 as supplemental information (photographic and/or technical material), specifically responding to the above criteria. All SF 330s must be current reflecting a date not more than one year from the date of this notice. All projects provided in the SF 330 (Architect-Engineer Qualifications) must be completed by the office/branch/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. Firms are requested to keep the total page count of SF 330 submission to no more than 30 pages of text. The evaluation board may interview firms who are slated. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. Information to be provided will be determined at the time the decision is made concerning interviews. Responses are due by 2:00 p.m. (local time), September 10, 2004. Submittals received after this date and time are late and will not be considered. The following is clarification for completion of the SF330. SF330 Part I, Contract Specific Qualifications, is limited to 30 pages. Part I, Section D, Organizational Chart is not included in the 30-page limit. Identify the overall relationship and lines of authority of the proposed team, including key sub consultants. (Note: All individuals listed on the organization chart are not required to have a resume in Section E, such as administrative or lower level engineering positions.) SF330 Part II, General Qualifications, is limited to one page for the prime contractor and one page for each subcontractor/sub consultant. In Part I, Section B, block number five (5), include the firm?s Tax Identification Number. Part I, block 16 also include the year(s) the degree(s) was received. Part I, block 17, and include the year(s) the Professional Registration (s) was first issued. Part II, Block 5 (b), Indicate Small Business Status. Do not leave this block blank. All other information remains the same. THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-330 DOCUMENT IS CONTAINED HEREIN. Additional information relative to specific projects is not available at this time and requests for it will not be considered. Site visits will not be arranged during the submittal period. Firms, their subsidiaries, or affiliates, which design or prepare specifications for a construction contract or procurement of supplies, cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. Telegraphic and facsimile SF 330's will not be accepted. For courier deliveries, the physical address is Nottingham Hall, 4505 Emperor Boulevard, Durham, NC 27703, Second Floor, Suite 245A. Cleary annotate on the outside of the package ?SF330 in response to NIEHS announcement 273-04-P-0002?. POC: Stephen L. Cannon, 919-541-0377. Size status restrictions: See numbered Note 1.****
- Record
- SN00640389-W 20040812/040810211839 (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 |