Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2004 FBO #1082
SOLICITATION NOTICE

C -- Design Services for National Biodefense Analysis & Countermeasure Center

Notice Date
11/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
DHS - Border and Transportation Security, Federal Law Enforcement Training Center (FLETC), Procurement Division, PRO-BLD 93 1131 Chapel Crossing Road, Glynco, GA, 31524
 
ZIP Code
31524
 
Solicitation Number
HSFLR040038
 
Response Due
1/5/2005
 
Description
Architect-Engineering Services (A&E Services) are required for the design of the National Biodefense Analysis and Countermeasures Center (NBACC) Facility proposed for Fort Detrick, Frederick, Maryland. The Department of Homeland Security (DHS) has identified the need to establish modern secure biocontainment facilities and provide technologies, products and capabilities to support DHS in fulfilling its responsibilities with respect to terrorist attack and major disasters involving biological threat agents (BTA). The NBACC facility will be located on the National Interagency Biodefense Campus (NIBC) at Fort Detrick, MD and will serve to establish an enduring national capability to anticipate, prevent, respond to, and recover from bioterrorist attack. The NBACC project will establish a facility comprised of biocontainment laboratories at the BSL (biosafety) 2, 3, & 4 levels with the capability to conduct testing of aerosolized high hazard threat agents against animals, bench research on threat agents, and bioforensics analysis. The proposed 160,000 square foot building, which will be a stand-alone facility in terms of utilities, will provide a full-scale operational bioforensics capability and a smaller, but still significant, capability to perform threat characterization research of biothreat agents. The total estimated cost of this project, including design and construction, is $121,166,000. Since the U. S. is lacking in such critical national capability, acquiring an operational facility as soon as possible is of high priority. This procurement is unrestricted. The purpose of this procurement is to select a highly qualified A&E Services firm with demonstrated experience in the design of level 2, 3, & 4 laboratories and vivarium and associated support spaces, or similar facilities. This contract will be procured in accordance with the Brooks A-E Act as implemented in Federal Acquisition Regulations (FAR) Part 36.6. The A&E Services firm will be selected in accordance with the evaluation criteria set forth in this synopsis, the evaluation criteria in FAR Section 36.602-1, through review of Standard Form (SF) 330?s and subsequent interviews. The top ranked A&E Services firm will be sent a Request for Proposal based on demonstrated competence and the unique qualifications for the required work. After receipt of the firm?s proposal, negotiations will proceed. A single firm-fixed price contract will be negotiated and awarded. If a large business is selected for this contract, it must comply with FAR 52.219-9, Small Business Subcontracting Plan, regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. Two contracts will ultimately be awarded: one to the A&E Services firm selected as a result of this notice; the other to a construction firm. The Government intends to utilize a Construction Manager at Risk or Construction Manager as Constructor (CMc) Contract procedure for this requirement. Under this concept, the CMc functions as a collaborative member of the project team. The CMc will be responsible for all construction under a single contract and also provides expertise during the design process for the Government by checking estimates and performing constructability reviews. It is anticipated that award of the CMc contract will follow closely behind the award of the A&E Services contract so that the CMc can provide the preconstruction services during the design phase. At a pre-determined point in the design phase (likely between 50% and 70% design), the CMc offers a Guaranteed Maximum Price (GMP) and construction of the project will begin, before design completion. Actual construction is estimated to commence 8-14 months after design begins and be completed within approximately 22 months. SELECTION CRITERIA: In addition to the evaluation criteria in FAR Section 36.602-1, the following criteria will be used in the selection of the A-E firm: (1) Firms will be evaluated in terms of the firm?s relevant experience, including relevant experience of staff members, specifically on design work required by this procurement. Responsive firms will list all projects completed in the last ten years, which are of similar nature and scope as described herein, particularly the firm?s ability/past experience in working with CMc?s and the Guaranteed Maximum Price process. The list shall include project name, project location, project scope and current contract information. (2) Responsive firms will provide a list of key personnel, including subcontractors, proposed to work on this contract, and will indicate the percentage of total work the prime contractor expects to complete with its own work force. (3) Firms shall document each person?s role in preparing construction documents. (4) Demonstrate knowledge of local codes, laws, permits and construction materials and practices of the geographical location. (5) Provide information on past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules and current Federal directives for sustainable design. (6) Demonstrate knowledge of environmental conditions/issues to include wetlands, water tables, flood planes, weather/climate conditions, coastal conditions, ecological concerns, and historically/archeological issues. (7) provide information on the firm?s quality control program which the firm uses to ensure (a) technical accuracy, (b) discipline coordination, including cross-discipline design checks, (c) ability to monitor time, (d) costs are kept within assigned limits, (e) quality of design, and (f) coordination and oversight of subcontractors/consultants. No solicitation package is available. Interested firms having the capabilities for this work are invited to submit original and six (6) copies of SF 330, Architect-Engineer Qualifications, to the Contracting Office Address listed above, Attn: Robert E. Driggers, Contracting Officer. The SF 330 may be expanded, if necessary, to address the selection criteria fully. A completed SF 330 shall be submitted for each proposed key consultant. All submittals are due no later than 4:00 PM Eastern Standard Time January 5, 2005. Interested firms are invited to attend a pre-submittal conference/site visit at Fort Detrick, Maryland on December 1, 2004. The agenda will include an overview of this requirement, a question and answer period, and a tour of the construction site. Provide names of attendees to the Contracting Officer via e-mail no later than November 23, 2004. The exact location and time for the conference will be published by amendment to this synopsis.
 
Place of Performance
Address: Fort Detrick, Maryland
Zip Code: 21702
Country: United States of America
 
Record
SN00706659-W 20041112/041110211519 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.