The RFP Database
New business relationships start here

Architect/Engineering Services for the design of CDC/NIOSH Consolidated Cincinnati Research Facilities, Cincinnati, OH


Georgia, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

Modified on 09/19/2019 to include the up-to-date Questions and Answers Document. 

Modified on 09/11/2019 to include the up-to-date Questions and Answers Document. 

Modified on 09/09/2019 to change the allowable font size, and the page limit as well as to include a revised Questions and Answers Document.

Architect/Engineering Services for the design of CDC/NIOSH Consolidated Cincinnati Research Facilities, Cincinnati, OH


General Information


Document Type: Solicitation Notice
Solicitation Number: 75D301-19-R-68009
Posted Date: August 16, 2019
Non-Disclosure Agreement Due Date: September 16, 2019
Questions Due Date: September 16, 2019
SF330 Due Date: October 7, 2019
Classification Code: C -- Architecture & Engineering Services
NAICS Code: 541310 -- Architectural Design Services


Contracting Office Address


Department of Health and Human Services, Centers for Disease Control and Prevention, Office of Acquisition Services (Atlanta), 2900 Woodcock Blvd., Mailstop TCU-4, Room 4036, Atlanta, GA, 30341-4146, UNITED STATES


Project Overview


A/E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6.


THIS IS NOT A REQUEST FOR PROPOSAL. THE FUTURE REQUEST FOR PROPOSAL WILL NOT BE PUBLICLY ISSUED, BUT WILL BE ISSUED IN ACCORDANCE WITH FAR 36. THIS IS A REQUEST FOR STANDARD FORM (SF) 330'S ARCHITECT-ENGINEER QUALIFICATION PACKAGES ONLY. THE GOVERNMENT WILL NOT PAY, NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO OTHER REQUEST FOR SF 330'S WILL BE MADE. NO OTHER SYNOPSIS TO FEDBIZOPPS.GOV IS ANTICIPATED.


All submissions will be evaluated in accordance with the evaluation criteria listed herein. Firms will be selected based on demonstrated competence and qualifications for the required work. The NAICS Code for this acquisition is 541310.


CDC plans to consolidate the functions and personnel currently located at the Taft, Taft North, and Hamilton Campuses in Cincinnati, Ohio. Cincinnati NIOSH research and support activities are currently housed on three separate campuses in aging 1950's-era facilities located approximately six miles apart. The current situation presents inefficiencies in scientific collaboration and duplication of operational support activities. The consolidation of the NIOSH Cincinnati research portfolio into one location will improve and enhance scientific collaboration and reduce the recurring costs associated with the operation of the three independent campuses.


This project includes, but is not limited to full and complete Architectural/Engineering (A/E) design and related services for the campus facilities development for the new CDC/NIOSH Consolidated Campus in Cincinnati, Ohio. The complete campus development includes office and laboratory building(s), transshipping facility, parking structure, roadways, utility work, security infrastructure, landscaping, hardscaping, and other additional work at the new CDC/NIOSH campus site. The campus site is defined within the public roadways bounding the site - MLK Drive East, Harvey Avenue, Ridgeway Avenue, and Reading Road in Cincinnati, Ohio. Hickman Avenue will be vacated by the City of Cincinnati and become an internal campus utility/roadway corridor. There are limited design requirements just outside the defined campus site boundary to modify roadways, improve roadway intersections, and to reroute utilities to serve the facilities, or relocate them from under the planned building footprint.


This procurement is restricted to only prime A/E firms and their key consultants. Key consultants' subject matter expertise and qualifications shall be clearly identified. Key consultants include: civil, structural, architectural, interior design, laboratory planner/consultant, mechanical, electrical, plumbing, fire protection, building automation controls, security, waterproofing, and cost estimating. Key personnel and/or consultants may be internal or external to the prime A/E firm, having established production offices located east of the Mississippi River. A defined selection preference for the prime A/E and their key consultants is for established production offices to be located near the City of Cincinnati, the project's location. The established location preference is based on reducing related travel costs by the A/E for required meetings, and interactions between the Government and the selected A/E over the term of the contract. Other required consultants must be based in the United States.


The Architect-Engineer shall furnish architectural, lab planning, mechanical, electrical, plumbing, fire protection, structural, civil, and any other services required to perform Program confirmation, site pre-design studies, site investigations and evaluations, design, construction document production, cost estimates, construction phase services, participation in a value engineering process, and other related professional services. The Government will utilize the services of a General Contractor for construction services and an Independent Commissioning Authority for Commissioning Services.


Project Description


The Centers for Disease Control and Prevention (CDC) contemplates award of a negotiated contract for architectural and engineering design services of the CDC/NIOSH Consolidated Campus that includes the following Buildings:
Building 301, multi-story office and laboratory building, including a high bay laboratory component and Central Utility Plant (CUP).
Building 302, a single story transshipping, security checkpoint for deliveries, and storage building.
Building 303, a 635 automobile multi-story parking facility with included visitor's security center.
Building 304, a single story campus multi-modal campus entry security checkpoint building.
Building 305, a single story south campus pedestrian entry security checkpoint building.


The Project consists of the design of 235,000 gross square feet (GSF) of laboratories, offices, laboratory support offices, transshipping, and storage spaces. The project also includes site utilities, site infrastructure, surface parking lots for employees, and a structured parking deck for visitors and employees, with segregated entries into campus. A central utility plant (CUP) is to be incorporated into the project for the required hot water or steam, chilled water, domestic and lab water, and emergency generator capacity.


The new campus and building architecture shall have a contemporary appearance and generally be visually compatible with modern institutional and commercial developments in the Cincinnati area.


The A/E scope will include the design package of all building furnishings, including breakroom appliances. The A/E deliverables will define the scope for the relocation of personnel and defined laboratory equipment from the existing CDC/NIOSH Taft, Taft North, and Hamilton campuses in Cincinnati, OH. The relocation effort requires a specialty relocation consultant having recent experience with defining large commercial relocation efforts. The A/E deliverables will define the preparatory work for the disposal of the buildings and campuses from CDC/NIOSH capital assets inventory, (wayfinding & signage removal for example).


The project will include the scope of work development for the demolition of existing structures on the new consolidated campus site, with definition of hazardous materials remediation based on the available Environmental Site Analysis (ESA) Phase II survey results.


The project will not include scope development for the hazardous materials remediation at the existing NIOSH campuses and structures - Taft, Taft North, and Hamilton Campuses.


Non-Disclosure Agreement Required


In accordance with 0MB Circular A-130 (Revised), "Management of Federal Information Resources," the CDC is required to "ensure that information is protected commensurate with the risk and magnitude of harm that would result from loss, misuse, or unauthorized access to or modification of such information." Thus, all CDC facilities information is generally considered Sensitive But Unclassified (SBU) and requires protection from unauthorized and unintentional public disclosure. This includes information related to the CDC/NIOSH Consolidated Cincinnati Research Facilities project.


Therefore any project-specific information that has been determined to be SBU, can't be released unless a representative of the requesting firm has signed the attached Non-Disclosure Agreement (NDA) agreeing not to disclose or further disseminate any CDC SBU facilities or proprietary information at any time, during or after access to that information has concluded, without the express prior consent of an authorized CDC representative. The firm also agrees to protect CDC SBU facilities or proprietary information from unauthorized or unintentional disclosure.


Parties who are interested in being considered for this requirement, and therefore need access to these documents must send a signed copy of the attached Non-Disclosure agreement to the Contracting Officer, via email only, to VWL8@CDC.GOV prior to 5:00 PM EST on September 16th, 2019. All submissions must reference Solicitation number 75D301-19-R-68009.


Question Submittals


Interested parties may ask questions pertaining to this public announcement by sending them to the Contracting Officer, via email only, to VWL8@CDC.GOV prior to 5:00 PM EST on September 16th, 2019. All submissions must reference Solicitation number 75D301-19-R-68009. All questions submitted prior to the deadline will be answered to the best of the government's ability. However, questions submitted after the deadline may be answered at the sole discretion of the Contracting Officer, if he determines that doing so is practical and in the Government's interests. All of the questions and responses shall be posted publicly.


Contract Procedures


This synopsis constitutes public announcement pursuant to the requirements of FAR 36.601-1. Interested prime firms having the capabilities to perform these services must submit twelve (12) hard copies and one (1) CD or DVD copy in PDF format of a comprehensive Standard Form 330 (SF 330), including all subcontractor/consultant information. Firms will be selected based on demonstrated competence and qualifications for the required work as per their SF 330. The SF 330 can be found on the following GSA web-site: http://www.gsa.gov/portal/forms/download/116486


The Selection Process allowed for in FAR 36.602 will be utilized and the selection criteria for this acquisition are listed below. Each Evaluation Factor below is to be specifically addressed not only through the submission of the SF 330s but also in Narrative Format to clearly show how each Evaluation Factor is formally addressed. Failure to include Narrative explanatory information may result in a lower evaluation.


Interviews will be conducted with at least three of the most highly qualified firms as required by FAR 36.602-3(c). As part of this process, each of the selected most highly-qualified firms will be invited to provide a 45-minute presentation to the Evaluation Board to highlight their qualifications, followed by a questions and answers period. The presentation and interview will occur at the CDC/NIOSH offices in Cincinnati, Ohio at a specific date and location to be determined. Firms will be given sufficient advance notice to allow their representatives to participate in the interviews or presentations. It is recommended that the firm's key personnel for assignment on the project be present and actively participate during the presentation.


After the interview process is completed, the Government will make the final selection in accordance with FAR 36.602-4. Negotiations will then begin with the highest rated firm in accordance with FAR 36.606. If a mutually satisfactory contract cannot be negotiated, the contracting officer shall obtain a written final proposal revision from the firm, and notify the firm that negotiations have been terminated. The contracting officer shall then initiate negotiations with the next firm on the final selection list. The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract.


Selection Factors


The evaluation criteria are as follows in order of priority:


1. Professional qualifications necessary for satisfactory performance of required services.
2. Past performance on contracts with Government agencies and private industry in terms of cost control, design aesthetics, quality of work, and compliance with performance schedules.
3. Specialized experience and technical competence in the building types described, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.
4. Capacity to accomplish the work in the required time.
5. Location in the general geographical area of the project and knowledge of the locality of the project.


Selection Factor Details


1. Proposed Team Member's Professional Qualifications


Qualifications of key personnel, including but not limited to: Project Manager, Project Architect, Lab Planner/Consultant, Lead Civil Engineer, Lead Structural Engineer, Lead Mechanical Engineer, Lead Electrical Engineer, Lead Plumbing Engineer, Lead Fire Protection Engineer, Building Automation Controls Engineer, Security Consultant, Waterproofing Consultant, Lead Cost Estimator, Acoustical Consultant, A/V Design Consultant, Relocation Consultant, Graphics and Signage Consultant, and LEED Consultant. Minimum responses shall include, but not be limited to projects that produced design and construction documents of environmental laboratories, chemical laboratories, and/or human factors laboratories including the associated laboratory offices and facility support spaces that are necessary components of the laboratory building projects. Provide key personnel listing and qualifications for the Construction Administration Phase and anticipated time allocation for each respective individual.


2. Past performance on contracts with Government agencies and private industry in terms of cost control, design aesthetics, quality of work, and compliance with performance schedules.


Emphasis should be the design and construction documents production of facilities having a construction contract value greater than $50M where the project type is an environmental laboratory, chemical laboratory, and/or human factors laboratory being the primary function of the representative facility. Additionally, the projects must include the associated laboratory offices and facility support spaces that are necessary components of the laboratory building project.
i. Provide one page project narrative and photographic synopsis for three (3) representative past projects completed by the A/E team. All projects will be evaluated for relevance, which can be broken down into comparable cost, comparable scope, and comparable completion date. Projects that were completed more than 7 years from the SF330 due date will receive less credit, than the same project would if completed more recently. For each project, clearly identify which member(s) of the A/E Team participated, and their specific role on the project. Minimum responses shall include, but not be limited to, the following:
(a) Past performance on similar contracts with U.S. Federal Government agencies clearly maintaining defined project schedules and project budgets.
(b) Past performance on similar contracts with other State or Local Governments and private industry maintaining defined project schedules and project budgets.
(c) Demonstration of user satisfaction with the quality of work. For each project indicated, each interested party shall provide a client contact name, and current telephone number and email address.
(d) All interested parties must provide in their narrative a clear and concise record of any and all significant claims filed by, or on behalf of the proposed firm, and against the proposed firm including all partner members (if a joint venture) for the past five years, with the outcome described.


The Government reserves the right to use information from its own past performance inquiries to make its Source Selection, including, but not limited to, CPARS, and Past Performance Questionnaires.


3. Specialized experience and technical competence in laboratory facilities design; office building design; parking deck design; required budget controls; and experience in energy and water conservation, construction waste reduction, and the reuse of recovered materials.
Minimum responses shall include, but not be limited to, the following:
i. Provide evidence in addition to resumes and the required example project narratives that the project team has the required specialized experience to successfully perform the design and construction documents production for the various project elements described in this solicitation.
ii. Provide a representative organizational and project team structure diagram with assigned staff named in their position/role.
iii. Provide a representative Management Plan reflecting the firm's intent to coordinate disciplines, establish design quality controls and peer reviews to ensure the highest possible overall quality of design documents that would result in few design related issues.
iv. Provide a representative detailed Construction Administration Services Plan including, but not limited to: Submittal Reviews, Testing and Inspections, Quality Controls, Mock-Ups Review, RFI Responses, Commissioning Support, etc.
v. Provide the firm's project budget compliance measures that would be utilized throughout the design and construction administration phases to ensure that the project remains within the defined project budget and utilizes current market data, etc. The firm shall clearly identify the named consultant with the key responsibility for monitoring this budget compliance effort.


4. Capacity to accomplish the work in the required time.
The A/E firm shall confirm that there is excess capacity within the firm, or additional qualified capacity can be added in a timely manner, where the persons can quickly adapt to the Firm's internal production guidance and quality control structures as required to provide the fully coordinated design documents the Government requires.
i. Provide a preliminary CPM design schedule meeting the required design schedule.
ii. Provide the firm's representative planned course of action to properly address any design schedule slippage and to incorporate possible changes to the scope of work while maintaining the design contract's completion date.


5. Established A/E Office location is in the general geographical area of the project.


Provide substantiated evidence that the Prime A/E and the key consultants have established office locations near the City of Cincinnati (preferred local proximity). At a minimum, interested parties shall show that the established offices for the prime A/E and consultants are located east of the Mississippi River, to receive minimal credit for this selection element.


Submission Format


Interested parties are invited to submit twelve (12) hard copies and one (1) electronic PDF copy on CD or DVD of their SF 330 package, including any relevant Narrative information or other attachments.


Narrative information and other attachments shall be provided in no greater size than 8 ½" x 11" hard copy format, not to exceed 50 total pages, excluding the durable cover pages, as well as part II of the required SF330. (The Technical Evaluation Panel appreciates brevity if appropriate.) A page is each single face of a sheet of paper. The submission shall be wire spiral bound. All text shall be a minimum of 10 pt. font. To be considered, interested parties must possess the necessary permits, registration and licenses required to carry out all tasks required by this contract. In addition, interested parties must have a current registration in the System for Award Management (SAM) database at https://sam.gov


SF 330s and all attachments are due by 2:00 p.m. (Eastern Standard Time) on October 7, 2019. Late submission rules found in FAR 15.208 will be followed for submittals not received by the exact date and time listed above. Additional project-specific information, other than the Project Development Study (PDS) and select Master Plan information, will not be available and requests for it will not be considered. Note: Interested Parties may not request formal site visits with the Government's attendance for this acquisition. Interested Parties may make their own site visits to tour the public streets and sidewalks surrounding the defined project site, but shall not enter the property boundaries. All submissions must reference Solicitation number 75D301-19-R-68009.


Email is the preferred form of communication for questions relating to this solicitation. All questions concerning this solicitation shall either be emailed to VWL8@CDC.GOV or sent addressed to the Contracting Officer in writing at the address below. All communications must reference the Solicitation number 75D301-19-R-68009 and be addressed to the Contracting Officer. In order to reduce the possibility of error and to increase the quality of our service to you, all deliveries, packages, etc. must include the name of the Contracting Officer for the particular project. The electronic copy shall be emailed to VWL8@CDC.GOV. The hard copies shall be sent to: Centers for Disease Control and Prevention (CDC), Office of Acquisition Services, Attn: Mike Davis, Mail Stop TCU-4, 2900 Woodcock Blvd., Atlanta, GA 30341.


This announcement is open to all businesses regardless of their size. Award of the contract is estimated to occur on or about April 2020 with completion of design and construction administration services on or around December 2023. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. A subcontracting plan is not required with this submittal but will be requested prior to award with the selected firm if applicable.


Schedule


The A/E shall complete the design work and then the construction document deliverables for the proposed facility 11.5 months after the Notice to Proceed (NTP).


Point of Contact


Mike Davis, Contracting Officer, Phone (770) 488-2427, Fax (770) 488-2847, Email: WL8@CDC.GOV, 2900 Woodcock Blvd., Mail Stop TCU-4, Room 4036, Atlanta, GA, 30341-4146, UNITED STATES.


Place of Performance
The A/E's established design production offices.

Project Site
Site bounded by public roadways MLK Drive East, Reading Road, Ridgeway Ave., Harvey Ave. Cincinnati, OH
Postal Code: 45229
Country: UNITED STATES


 


 


Michael B. Davis, Contract Specialist, Phone 7704882427, Email vwl8@cdc.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP