Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2003 FBO #0616
SOLICITATION NOTICE

C -- IDIQ for AE Services

Notice Date
8/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Minerals Management Service GovWorks (Franchise) 381 Elden Street, MS 2510 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
1435-04-03-RP-73862
 
Archive Date
8/4/2004
 
Point of Contact
John Hite Contracting Officer 7037871553 John.Hite@mms.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
8a Competitive
 
Description
GovWorks, on behalf of the Department of Interior's Minerals Management Service(MMS), is seeking as many as two qualified 8(a) architectural/engineering firms to provide design services to include, but not limited to the design and preparation of Design Intent Documents (DID) and Program of Requirements and space standards documents for various projects both at the headquarters building in Herndon, VA and field offices throughout the United States. The facilities are all leased buildings. The A/E may also be required to provide construction supervision services. The type of contract will be indefinite quantity, indefinite delivery with fixed hourly rates for the professional services. The disciplines required under this contract may include but are not limited to: architecture, architectural programming, blocking and stacking, and space planning; electrical, mechanical, structural, security systems engineering, lighting systems, acoustical engineering, information/telecommunications; cost estimating, interior design, environmental, energy conservation and sustainability, fire protection and alarm systems, physical and technical security, systems furniture integration, value engineering, and vertical transportation; and administrative coordination of the various disciplines involved. Knowledge of local codes and U.S. Government requirements, including Uniform Federal Accessibility Standards (UFAS), sustainable design, as well as the applicable codes and standards of GSA-PBS100 will apply. Each design submission will include drawings developed with AutoCAD 2004 with ADP2004 files in the AutoCad AIA layer format. Firms responding to this announcement on or before the closing date shall provide data for a maximum of five recent projects for each element that would demonstrate examples of each of the following elements by which your firm will be evaluated. Projects can be used to support more than one criterion, but please be clear in your reference. Each firm will be considered for selection using the following evaluation criteria - 100 points maximum: a) Specialized experience and technical excellence in facility planning and design, sustainable design, rehabilitation/renovation, and system replacement projects involving multiple disciplines (e.g. architectural, master planning, mechanical, structural, electrical)-20 points. b) Specialized experience and technical excellence in interior design, space planning and systems furniture design for office buildings- 10 points. c) Specialized experience and technical excellence in creative solutions in facility design and accommodating an organizational phasing plan of operations, personnel and building systems, including such things as sustainable design, energy efficiency and barrier-free accessibility. Develop a program of requirements for administrative, scientific and engineering functions. Include support functions, computer IT and other related space functions - 10 points. d) Professional qualifications necessary for satisfactory performance of required services, as listed above. Show any licenses, registrations, or other certifications, as well as awards and other indicators of high quality performance - 20 pts. e) Internal quality management plan, past performance, schedule, and cost control procedures. Describe internal quality control and assurance plan and firm's ability to successfully provide and coordinate discipline efforts either in-house or with consultants. If using consultants, demonstrate this success as a team in providing similar services. Indicate effectiveness by listing award amount, A/E design schedule (planned vs. actual), final design estimate and construction change order rate for five projects within the past five years. Provide this information in a matrix format. Each firm's past performance(s) and performance ratings will be reviewed - 20 pts. f) Specialized experience and superior technical competence in 1) physical and technical security upgrades, including security and surveillance systems and special forced entry and ballistic resistant construction and 2) the construction and renovation of communication centers and their associated power systems and physical and technical security requirements - 15 pts. g) Knowledge of GSA-PBS100 manual requirements as they pertain to local construction practices - 5 pts. Failure to address each of the foregoing criteria in writing will result in failure to qualify. In addition, failure to meet the requirements of each one of these criteria fully, or to provide the requisite information, will result in failure to qualify. This is not a request for proposals. The small business size standard North American Industry Classification System code is 541310, $4.0 million average. A/E firms that meet the requirements described in this announcement are invited to submit two copies of the following: A Standard Form 254 Architect/Engineer and Related Services Questionnaire, a Standard Form 255 Architect/Engineer and Related Services Questionnaire for Specific Project. All submittals must be received by 4:00 p.m. Eastern Daylight Time on Friday, September 12, 2003. Postal mailing address: U.S. Department of Interior, MMS, 381 Elden Street, mail Stop 2510, Herndon, VA 20170, Attention: John Hite.!!
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=MM143501&P_OBJ_ID1=107581)
 
Record
SN00392739-W 20030807/030805213941 (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.