Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2007 FBO #2035
SPECIAL NOTICE

C -- Architectural and Engineering Services

Notice Date
6/21/2007
 
Notice Type
Special Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, CO, 80305-3328, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RA1341-07-RP-0121
 
Response Due
7/6/2007
 
Archive Date
7/21/2007
 
Description
It is the intent of the U.S. Department of Commerce, NOAA Acquisition & Grants Office, to negotiate on a sole source basis with Henningson, Durham and Richardson (HDR), 8404 Indian Hills Drive, Omaha, Nebraska, for award of a contract to provide Architect and Engineering Services. The contract will consist of a 24-month base period, 24-month Option Period I, and 12-month Option Period II. The contract will primarily provide for modification and update of the original A-E design accomplished by HDR for construction of a highly sophisticated research facility comprised of clean rooms and instrument laboratories and related infrastructure on the NIST Boulder Site in Boulder, CO. The NAICS code applicable to this project is 541310, Architectural Services. The project schedule is extremely compressed due to the scheduled appropriation of funds by Congress to NIST for this effort. Funds for the design modifications have been released and must be expended in FY07. The specifications for the laboratory must be finalized in sufficient time to enable completion of a formal source selection and award of the first phase of the construction contract in FY08. Any failure to accomplish these actions will seriously jeopardize continuation of this project of high importance to NIST research programs. The Contractor will provide professional services to perform the full range of A/E design and post-award tasks that may include any of the following: (A) Project Planning and Compliance Services: (1) Research and (2) Inventory; (B) Pre-Design Services: (1) Programming, (2) Site Analysis, and (3) Supplementary Services; (C) Design Services: (1) Schematic Design, (2) Value Analysis Job Plan, (3) Design Development, (4) Construction Documents, (5) Construction Support, and (6) and Post Construction Award Services. Types of tasks required may include new facility assessment studies; commercial and R&D building design and additions updates; utilities; civil and site development projects; and commercial R&D renovations. The required disciplines for projects may include but are not limited to, the following: ? Architectural Planning and Design ? Mechanical Electrical Plumbing Engineering ? Structural Engineering ? Civil Engineering, Survey, Land Planning and Landscape Architecture, Environmental Engineering/Sciences, Hydrology, Cultural Resources, GIS, Hazardous Materials Abatement ? Landscape Architecture, Historic Landscape Architecture, Landscape History ? Architectural Conservation, Archaeology, Anthropology and History ? Geotechnical Engineering ? Cost Estimating ? Sustainable Technologies The proposed contract action is for services for which the Government intends to negotiate and award with only one source under the authority of FAR 6.302- 1. This is a logical follow-on to the contract for the A-E design of the facility, since HDR is the Architect of Record for the original design. Additional Post-Contract Award Services (PCAS) associated with construction of the laboratory are also required to be provided throughout the construction period. These include responding to RFIs, reviewing submittals, reviewing substitution requests, redesign due to unforeseen conditions or funding limitations, claims processing, preparing specification changes for change orders, etc. This notice of intent is not a request for competitive proposals; however, firms that believe they can provide these services, without any detrimental impact to the program schedules or the clear legal rights of the Government related to design deficiencies, may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact within 15 days after publication of this synopsis. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice.
 
Place of Performance
Address: U.S. Department of Commerce, Boulder Laboratories, 325 Broadway, Boulder, CO
Zip Code: 80305-3328
Country: UNITED STATES
 
Record
SN01324575-W 20070623/070621220501 (fbodaily.com)
 
Source
FedBizOpps 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.