Request for Information: Non-JLC Design Services

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
State: Maryland
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159330195388268
Posted Date: Mar 25, 2024
Due Date: Apr 16, 2024
Solicitation No: OC-2024-120420
Source: Members Only
Follow
Request for Information: Non-JLC Design Services
Active
Contract Opportunity
Notice ID
OC-2024-120420
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
FOOD AND DRUG ADMINISTRATION
Office
FDA OFFICE OF ACQ GRANT SVCS
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 25, 2024 05:53 pm EDT
  • Original Response Date: Apr 16, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C214 - ARCHITECT AND ENGINEERING- GENERAL: MANAGEMENT ENGINEERING
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Silver Spring , MD
    USA
Description

This is a Sources Sought Notice and is for market research purposes only.



THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE.



The U.S. Drug and Food Administration (FDA) is conducting market research to determine if there are interested and capable offerors in the marketplace with the knowledge, skills, and capability to perform the work described below. FDA intends to award one or more Architect-Engineer (A/E) Indefinite Delivery/Indefinite Quantity (IDIQ) contract under the requirement with an anticipated effective date of September 9, 2024. The A-E support services will perform work at or in support of five (5) FDA-owned sites located in Alabama, California, Maryland, Massachusetts, and Puerto Rico.



Each IDIQ is expected to have a one 12 month base plus four, 12-month option years for a total period not to exceed 5 years, with a minimum order amount of $2,000 and a ceiling of $3,500,000. Task orders issued against the IDIQ will be firm fixed, time and materials, or labor hours. The firms will be expected to perform small to large projects ($25,000 to $1,000,000). The applicable NAICS code is 541330 Engineering Services with a size standard of $25.5M.



REQUIREMENT



The primary objective of the acquisition is to secure crucial architectural, mechanical, electrical, structural, and engineering design services for FDA-owned facilities, excluding Jefferson Laboratories Complex (JLC) facilities in Jefferson, Arkansas. A/E services performed may include studies, evaluation, design, engineering services, architectural services and as services specified within this Statement of Work (SOW), and resultant Performance Work Statement.



The A/E may perform services in the following but not limited to site investigations, reports, evaluations, planning, programming, site surveys, design concepts, tentative design, working drawings and specifications, shop drawing reviews, preservation plans, post-design materials, and related document review.



Work may require drawings, design, specifications, study, cost estimates, reports and/or other services including, but not limited to: Programs of Requirements, Bridging Documents, Architectural and Engineering designs, Special Studies, Investigations, Acoustics Design, Historic Preservation Design/Management, Surveying and Mapping, Master Plans, and Design services as it relates to fire protection, sustainable design, environmental, survey, soil testing, geotechnical testing, and energy and water conservation. Design submittals may require building information modeling (BIM) as applicable on a per project basis. Other ad hoc A/E specialty services not mentioned may be required to design a complete project.



Services have been categorized into primary and secondary focuses. The primary category comprises most service types, all to be provided by the A/E. The secondary services may involve other professional disciplines as necessary, depending on the scope of any given project. The A/E shall oversee the delivery of these services, utilizing either in-house staff or engaging consultants/subcontractors as required. The A/E is expected to provide expertise in most of the primary types of services listed and at least half of the secondary services listed below. All services under primary are anticipated to be funded in the base year and subsequent years, as federally appropriated. Additionally, it is essential to note that a Program Manager is required for the overall management of contract vehicle, and Project Managers shall be designated for each specific order. Each order will identify the detailed required services.



Primary Services



The primary types of services the A/E may perform shall include the following:



Design Services: Shall furnish design services at specified submittal stages, determined by individual orders. These stages may include Program of Requirements, Special Studies, Schematic Design, Design Development/Conceptual Design, Post-Design, Design submittals, as relevant to each project, and must incorporate the current BIM, along with a mandatory construction cost estimate.



Additionally, the Contractor shall conduct specialized studies aligned with the order's scope of work. These encompass feasibility, pre-design, and pre-transfer studies, as well as subsurface and soil studies and other facility-related assessments.



In the design phases, the Schematic/Concept Design stage involves delivering foundational documents, such as schematic site plans, floor plans, elevations, and sections, including 3D views and a basis of design report. Progressing to the Design Development phase at completion level introduces additional elements like site grading and drainage plans, landscape plans, and detailed floor plans for each design discipline.



Planning Services: Shall include but is not limited to real estate analysis, programming, innovative strategies, project communications, building feasibility studies, development and performance of facility condition assessments, master planning, evaluations and surveys, and site planning.



Architectural/Civil Design Services: In addition to architectural and civil study and design, shall include but is not limited to code review and analysis, value engineering (VE), life cycle cost analysis, concept through design construction documents and specifications, innovative strategies, project communications, post occupancy evaluations, architectural renderings, and related services, Leadership in Energy and Environmental Design (LEED) analyses and quality control.



Structural Engineering Services: Shall include but is not limited to new and retrofit structural design, repairs, modification and modernization of existing and historic structures, feasibility and comparative systems studies, ground penetrating radar services, seismic studies and design, design of blast protection, value engineering, and related services.



Mechanical Engineering Services: Shall include but is not limited to performance of building evaluations, surveys, studies, design, calculations and documentation of heating, ventilating and air conditioning systems, hydronic piping systems, steam systems, chilled water systems, oil and alternative energy systems, design of facility management and control systems, creation and editing of specifications, Computational Fluid Dynamics modeling and analysis, energy modeling and analysis, LEED analyses; code reviews, value engineering, life cycle cost analysis, quality control, and related services.



Electrical Engineering Services: Provide electrical engineering services for the study, design, of normal and emergency electrical distribution systems, uninterruptible power supplies, data centers, lighting systems (interior, exterior, and architectural), grounding, lightning protection, power monitoring, control systems, and underground utility infrastructures.



Secondary Services



The secondary types of services the A/E may perform shall include the following:



Electronic Engineering Services: shall provide technical services in the form of electronic system engineering design and technical support for specialties in the following areas. Services shall include the generation of studies, construction documents (drawings and specifications). These services may be provided by more than one company for the market areas listed below, however all shall be independent of manufacturers.



Plumbing Engineering Services: shall include but is not limited to performance of building evaluations, surveys, studies, design and documentation of plumbing systems including domestic hot and cold water, sanitary (waste and vent) drainage, storm drainage and stormwater re-use, compressed air and natural gas, specification of plumbing materials and equipment such as domestic water heaters, booster pump systems, sewage ejectors, sump pumps, fixtures, and interceptors and related services, LEED analyses, value engineering, life cycle cost analysis, code reviews and quality control.



Design-Acoustical, Audio-Visual Engineering Services: shall include but is not limited to evaluation of room acoustics, design of sound isolation, environmental noise impact assessments, equipment noise reduction, testing and measurements, modeling and simulations, LEED analyses and audio-visual systems design and documents.



Envelope Design Services: shall include but is not limited to visual inspections and conditions surveys, roofing and waterproofing failure investigations, vegetative roof design, roofing, air and water infiltration, and waterproofing failure design reviews, construction documents and specifications for new construction, repair and replacement and related services.



Sustainable Design Services: shall include but is not limited to review specifications and plans, make recommendations for additions or changes to support the achievement of FDA sustainability and energy goals, credit achievement of LEED Certification, achievement of Guiding Principles requirements, experience with integrating building energy modeling into the design process to help drive scenarios analyses and understand the outputs given, in support of sustainable design, provide renewable energy feasibility studies and design, including technologies (such as photovoltaics, geothermal, solar hot water, wind energy systems and alternative fuel vehicle refueling or charging stations), and/or identification and evaluation of Energy Conservation Measures in existing buildings.



Commissioning Services: shall provide thorough evaluations and tests on mechanical, electrical, lighting, plumbing, building envelope, and elevator systems to ensure their readiness for operational use. This involves assessing proper installation, calibration, and integration, addressing any potential issues to prioritize efficiency and safety. Additionally, the services cover commissioning planning, process management, testing, and troubleshooting for optimal system performance.



Fire Protection Services: shall provide analyses of building occupancy classification, means of egress, fire alarm system, water-based fire extinguishing system(s), non-water-based fire extinguishing system(s), smoke control system(s). Design of all fire protection and life safety systems, including, but not limited to fire alarm system, water-based fire extinguishing system(s), smoke control systems and stair pressurization systems.



Industrial Hygienist (IH) and Certified Industrial Hygienist (CIH) Services: shall be responsible to collect samples as required by the sampling method for the material of concern, provide oversight on asbestos and lead removal activities, evaluate sample results, prepare, and deliver timely reports on oversight projects and response actions, identify industrial hygiene concerns, and recommend solutions.



Security Assessment and Design Services: shall include but not limited to vulnerability assessments, feasibility studies, security master planning, resilience planning support (Continuity of Government); Physical Security and Force Protection engineering; industrial security standards and policy development, commissioning, and systems engineering, access control, video surveillance, intrusion detection, intercom, duress communications, security and emergency operations centers, emergency communications systems; instrument controls engineering; data center engineering and efficiency; bulk fuel storage and distribution; infrastructure analysis; population movement and egress modeling.



Roofing and Waterproofing Services: shall include but is not limited to visual inspections and conditions surveys, roofing and waterproofing failure investigations, vegetative roof design, roofing and waterproofing failure design reviews, construction documents and specifications for new construction, repair and replacement, and related services.



Environmental Planning, Studies, and Design Services: shall include but is not limited to environmental assessments and impact statements. Environmental design, integrating environmental considerations into the design of a project, which could include creating designs that are environmentally sustainable, energy-efficient, and ecologically responsible. These services aim to ensure that a project is developed with careful consideration of its environmental impact, adhering to regulations, and incorporating sustainable practices.



Cost Estimating Services: shall provide pre-design and design stage estimates prepared by an independent construction cost estimating consultant using estimating software and utilizing specified electronic cost databases. Estimates may be require utilizing the specific FDA work breakdown structures within FDA templates and running FDA specific cost reports and macros.



The successful A/E contractor shall provide all labor, materials, and services in support of the awarded task orders. A draft Statement of Objectives (SOW) is attached. Interested parties with the capability to perform the services delineated in the draft SOW are requested to submit a response with the following requesting information and answers to the questions below.



In accordance with FAR 4.11 and 36.6, only A/E firms registered under the System for Award Management (SAM.gov) at the time of offers and permitted by law to practice the professions of architecture or engineering will be considered eligible for award.



REQUESTED INFORMATION



Please provide:



Respondent’s firm's name, mailing address, Cage Code, and Unique Entity Identifier (UEI).



Recommended North American Industry Classification System (NAICS) code(s) that your firm utilizes for the required services in the SOW.



What is your firm size? If small, what is your socio-economic status?



Identify any GSA Schedule contracts or other current government-wide contract (e.g., GWAC or BPA) that your firm currently holds and offers these services under.



QUESTIONS



Does your firm have a nationwide presence and ability to perform the required service? If not, what FDA locations/SOW regions are you interested in supporting?



Does your firm possess actively registered A/E personnel in the states/general geographical areas for which interested work would be sought? If so, provide the labor category and number of registrations per category.



Will a subcontractor or joint venture be required to accomplish the work? If so, what is the anticipated % of work to be subcontracted?



Which of the primary and secondary SOW services does your firm have experience performing?



What current relevant experience does your firm possess in relation to the required services contained in the SOW? Provide at least one example inclusive of: contract name, agency name, contract number and type, period of performance, place of performance, contract awarded amount and funded amount, description of the work performed, and a brief explanation of the relevancy between your example and the SOW?



Do you have any questions or require clarifications from the SOW and/or Task Order #1 ? If so, please provide.



DISCLAIMER



A standard capability flyer or brochure submission will not be considered responsive or sufficient to this Sources Sought Synopsis. Respondents to this RFI may be requested to provide additional information/details based on initial submittals. The Government reserves the right to select one (1), some, or none of the submissions for further information. Firms who submit information in response to this RFI do so with the understanding that U.S. Government personnel may review their materials and or data.



The FDA reserves the right to set this action aside for small business if it determines that there are two or more small business capable of performing the services and meeting the terms of market prices, quality, and schedule. If set aside, a small business will be required to perform at least 50% of the direct labor costs incurred under the contract. Responses from small business must address their ability to sufficiently meet this requirement.



The Government will not reimburse respondents for any costs associated with information submitted in response to the RFI. Responders are solely responsible for all expenses associated with responding to this RFI.



Responses to this RFI are not offers and cannot be accepted by the Government for the basis of forming a binding contract. This RFI is being issued solely for the purpose of gathering information for planning purposes. This RFI does not commit the Government to a contract for any supply or service. Furthermore, the Government is not at this time seeking proposals or quotations and will not accept unsolicited offers/quotes.



RESPONSE DEADLINE



Responses must be submitted in writing to the Contracting Officer, Sheneil R Green, at sheneil.green@fda.hhs.gov no later than 12:00 PM Eastern Time on Tuesday, April 16, 2024. Questions regarding this RFI must be submitted via email as telephone inquiries will not be addressed and shall not contain proprietary or classified information.


Attachments/Links
Contact Information
Contracting Office Address
  • 4041 Powder Mill Road 4th Floor
  • Beltsville , MD 20705
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 25, 2024 05:53 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >