Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2008 FBO #2567
SOLICITATION NOTICE

C -- Architect-Engineering Services

Notice Date
12/4/2008
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Treasury, Departmental Offices/Procurement Services Division (DO/PSD), Procurement Services Division (PSD), 1425 New York Avenue, Suite 2100, Washington, District of Columbia, 20220
 
ZIP Code
20220
 
Solicitation Number
A09-OFSS-001
 
Point of Contact
Tammy R McLeod,, Phone: (202) 622-3862
 
E-Mail Address
tammy.mcleod@do.treas.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of the Treasury, Departmental Offices (DO) Procurement Services Division (PSD) has a requirement for a contractor to provide Architect-Engineering (A/E) Services. The procurement of this requirement will be in accordance with the Brooks Act as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6, Architect-Engineer Services. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This requirement is issued as a Total Small Business Set-Aside in accordance with FAR 19.502-2. The contract type will be a Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) for A/E services. The contract shall be for one (1) base period and four (4) option periods. Treasury intends on making multiple awards for A/E services if multiple awards are determined to be in the best interest of the Government. The North American Classification System Code (NAICS) applicable to this requirement is 541310, Architectural Services, which has a size standard of 4.5 million. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR) System at http://www.ccr.gov and have completed Online Representations and Certifications at https://orca.bpn.gov. The tasks under this contract will vary with size and nature. GENERAL SCOPE OF WORK: Contractors shall be required to provide design services, including electrical, architectural, structural, mechanical design etc., as required for various construction projects at the Treasury Main Building located at 1500 Pennsylvania Avenue, NW, Washington, DC 20220 and the Treasury Annex Building located at 701 Madison Place, NW, Washington, DC 20220. Design related services may include any and all of, but not limited to the following: Surveys, studies (special technical studies, building evaluation reports, feasibility studies, and prospectus development studies, environmental studies, etc.), space planning, schematic design, design development, code compliance reviews, construction contract documents, specifications, schedules, cost estimates, value-engineering, estimating services, scope development, planning, interior design, problem analysis, design review, consulting design, quality control testing, asbestos and mold sampling, hazard assessment, abatement design, air quality monitoring, historic structure reports, building evaluation reports and other architectural, engineering and technical services as assigned and required for various construction projects at the Main and Annex Treasury Buildings. Construction administration services may include any and all of, but not limited to the following: Site visits, submittal reviews, response to contractor’s Request for Information, as built record drawings and compact disks, construction management and inspection services and other project closeout procedures. SELECTION CRITERIA: The following criteria will be used in evaluating firms and selection will be based on the specific evaluation factors. The selection criteria are listed in descending order of importance. Firms shall address each of the evaluation criteria listed below. If the evaluation criteria are not responded to elsewhere on the Standard Form (SF) 330, firms shall respond to evaluation criteria in Section H of the SF 330. (a) PROFESSIONAL QUALIFICATIONS: Technical competence by discipline (education, registration and experience) of individual design team members that must include an engineer registered in the discipline of fire protection engineering, a registered civil, mechanical, electrical engineer and architect with a minimum of 5 years experience. Firms must be capable of obtaining project certification with the Leadership in Energy and Environmental Design (LEED) process through the U.S. Green Building Council (USGBC). (b) SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE: Specialized experience and technical competence of the proposed team in the following: (1) Performing multi-disciplined design services in historical buildings along with performing the Section 106 process as outlined in the National Historic Preservation Act and working with federal and local authorities that provide oversight of historic preservation. (2) Performing multi-discipline renovation design services complying with the requirements for a Sensitive Compartmented Information Facility (SCIF) under the Director of Central Intelligence Directive (DCID) 6/9. (3) Performing design services for occupied and phased multi-discipline renovation projects. (c) CAPACITY TO ACCOMPLISH WORK: Ability and capacity of the firm and project teams in performing multi-disciplined design, project coordination, and post construction architectural and engineering consulting services and to accomplish the work in the required time. These services shall include but is not limited to architectural, structural, mechanical, electrical, plumbing, materials conservation, acoustical/audio-visual, hazardous materials, facility security, fire protection and alarm system, data/telecommunications, vertical transportation, construction code, historic preservation and protection, and cost analysis consulting services. (d) QUALITY MANAGEMENT PLAN: The following must be addressed in paragraph H of the SF330. Provide a brief explanation of the firm's management approach; team organization (including subcontractors), management of subcontractors (if applicable); quality control procedures (for cost estimates and schedule analyses); procedures to insure that internal resources are not over-committed; and an explanation of the inter-relationship of management and various team components (including subcontractors). The evaluation will also consider prior relationships of the prime firm and any of their consultants on similar projects. Clearly indicate the primary office where the work will be performed and the staffing level at this office. (e) PAST PERFORMANCE: Provide five (5) examples and a description of project specific work currently being performed or completed within the last five (5) years that best illustrate the overall team experience relevant to the required work. Provide description of project specific work, estimating performance on projects in terms of cost control, quality of work and compliance with performance schedules, including past and/or current IDIQ’s with other Government agencies and/or private industry. In addition, provide a point of contact for each project/contract listed to include name, mailing address, telephone number and e-mail address. (f) ON-SITE SERVICES: Ability to provide the following services: 1. Part-time and/or full-time on-site project specific construction inspection, contract administration, and field engineering. 2. Part-time and/or full-time on-site design and plan review by professional engineers and/or architects on an as-needed basis. (g) CADD CAPABILITY: Ability to produce drawings in AutoCAD 2008 or higher. (h) HISTORICAL DOLLAR VALUE: Dollar value and magnitude of requirements of work performed for clients. (i) LOCATION: Location of the firm within the general geographical area (Washington, DC Metropolitan Area) of proposed requirement(s), and knowledge of the locality of applicable regulatory requirements for the area of proposed requirement(s). SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit one (1) original and three (3) hard copies of Parts I and II of the Standard Form (SF) 330 dated 6/2004 for themselves and for all subcontractors by 12:00 p.m., Eastern Standard Time on Tuesday, January 13, 2009. The SF 330 can be located on the GSA Website at www.gsa.gov, in the forms library. Firms shall mail or hands carry their SF 330 to the following address: Department of the Treasury Procurement Services Division ATTN: Tammy McLeod 1425 New York Avenue, NW Suite 2100, 2nd Floor Washington, DC 20220 ANY SUBMISSIONS RECEIVED AFTER THE EXACT DATE AND TIME SPECIFIED FOR RECEIPT IS CONSIDERED LATE AND WILL BE PROCESSED IN ACCORDANCE WITH FAR 15.208, SUBMISSION, MODIFICATION, REVISION, AND WITHDRAWAL OF PROPOSALS. NO E-MAIL OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Part I of the SF 330 shall not exceed fifty (50) pages, including no more than twenty-five (25) pages for Section H. Pages in excess of this maximum limit shall be removed from the proposal and will not be evaluated by the Selection Board. Font size shall be 12 or larger. Indicate in Section C if the prime has worked with the team members in the past five (5) years. Section F shall be limited to five (5) projects. Do not submit more than the five (5) projects requested. In Section G.26, include the firm each of the key personnel is associated with. DO NOT SUBMIT EXTRANEOUS MATERIALS (BROCHURES, FLYERS, ETC.) AS THEY WILL NOT BE CONSIDERED. All requirements of this announcement MUST be met for a firm to be considered responsive. Questions concerning this announcement shall be directed to Tammy McLeod via e-mail at Tammy.McLeod@do.treas.gov. It is requested that questions be received no later than 12:00 p.m., Eastern Standard Time on Friday, December 19, 2008. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. Treasury will NOT be responsible for any costs incurred by interested parties in responding to this announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=66f8d466d6d9000237720f3c272633de&tab=core&_cview=1)
 
Place of Performance
Address: 1500 Pennsylvania Avenue, NW (Main Treasury Building), 701 Madison Place, NW (Annex Treasury Building), Washington, District of Columbia, 20220, United States
Zip Code: 20220
 
Record
SN01713938-W 20081206/081204222049-66f8d466d6d9000237720f3c272633de (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.