SOLICITATION NOTICE
C -- A&E IDIQ FOR PROGRAMMING AND PLANNING SPECIALTIES
- Notice Date
- 5/14/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- AB133A-09-RP-0113
- Archive Date
- 7/31/2009
- Point of Contact
- John D. Cooley,, Phone: 206-526-6032, Sharon S. Kent,, Phone: (206) 526-6035
- E-Mail Address
-
John.D.Cooley@noaa.gov, sharon.s.kent@noaa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- Pre-Solicitation Notice for A&E Services Posted 5/14/2009 Solicitation No. AB133A-09-RP-0113 - SMALL BUSINESS SET-ASIDE NAICS: 334519; 500 employees CONTRACT REQUIREMENT 1. This contract will be procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented by FAR Subpart 36.6. Architect-Engineer services are required for one (1) Indefinite Delivery-Indefinite Quantity (IDIQ) Contract for various Professional Planning Services (PPS) to NOAA's Planning and Project Management Division - Western Region (PPMD-WR). We are seeking A&E firms specializing in programming and planning. A firm must be willing to perform services required under both typs of specialties (programming and planning). 2. One Indefinite-Delivery Indefinite Quantity (IDIQ) contract will be awarded in order that work will be performed throughout the entire United States and its territories including, but not limited to, the following geographical areas: America Samoa, Federated States of Micronesia, Guam, Marshall Islands, Northern Marianas Islands, Republic of Palau, Wake Island, the Commonwealth of Puerto Rico, and the US Virgin Islands. 3. The contract has a cumulative value of $2,500,000.00. The minimum ordering limitation of the contract over its life is $10,000.00. The contract will be for one base year with four one-year option periods. Task orders will be awarded based on the A-E's current workload and its ability to accomplish the order in the required time, type of services required and previous experience, including customer satisfaction and performance and quality of deliverables under the IDIQ. This project is 100% Small Business Set Aside. The firm must be capable of responding to and working on multiple task orders concurrently. A small business firm under the North American Industry Classification System (NAICS) Code is 541310 and the size standard is $4,500,000.00 average annual receipts over the last three years. The anticipated award is September 2009. The contract may be issued up to one year after selection approval. At the discretion of the contracting officer, contracts may be awarded to more than one A/E firm. 4. PROJECT INFORMATION: The work required includes, but is not limited to, the following Professional Planning Services: Master Planning, Facility/Architectural Programming, Space Needs/Utilization Studies, Feasibility Studies, Preliminary Design (i.e., Concepts), Cost Estimating/Validation Studies, Exhibit Planning, Value Engineering Studies, and Peer Reviews. 5. A resultant contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Professional Planning Services (PPS) as requested by the U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA). Projects may be at various DOC locations in the United States including the Commonwealth of Puerto Rico, Virgin Islands, American Samoa, Federated States of Micronesia, Guam, Marshall Islands, Northern Mariana Islands, Republic of Palau, and Wake Island. 6. NOAA will request the PPS Contractor to provide professional planning services associated with the construction of new facilities as well as the renovation/repair/expansion and demolition of existing facilities at DOC sites. Additionally, NOAA may require the PPS Contractor to develop guidelines and design standards for future facility development. Typical PPS services include, but are not limited to, the following: (1) Master Planning; (2) Facility/Architectural Programming; (3) Space Needs/Utilization Studies; (4) Feasibility Studies; (5) Preliminary Design (i.e., Concepts); (6) Cost Estimating/Validation Studies; (7) Exhibit Planning; (8) Value Engineering Studies; and (9) Peer Reviews. TYPICAL PROJECTS 7. Typical projects for which NOAA may request PPS Contractor effort include, but not limited to, the following: (1) Master Planning for an existing facility; (2) Architectural Programming for a new office/research building; (3) Space Utilization Study to determine more efficient use of existing office space; (4) Preliminary Design and Cost Estimating Study for a proposed new regional campus; and (5) Value Engineering Study on a proposed office building renovation and expansion. TYPICAL FACILITIES Typical facilities may include, but not limited to, the following: (10) Office Buildings; (11) Warehouses and Storage Buildings; Laboratories (e.g., electronicWestern Acquisition Directorate (WAD), (12) chemistry, biological, etc.); (13) Wharf and Pier Structures; and (14) Communications Installations. B. TASK ORDERS Task orders (TOs) will be issued for individual projects. Each TO will be a negotiated firm fixed price contract based on an individual SOW which shall state: (1) The scope of work to be performed; (2) Anticipated PPS Contractor tasks including, if any, field work, testing, analyses, design, meeting attendance, documentation of/for each task, etc.; (3) Required Deliverables and Ownership of Material; (4) Government Provided Materials and/or Services; (5) Computer Compatibility Requirements for deliverables; (6) Applicable Codes, Standards, References, and Publications; (7)Schedule of Deliverables (including Period of Performance). SELECTION CRITERIA: The selection criteria are listed below in descending order of importance: (1) Specialized experience in Professional Planning Services of facilities and exhibits; (2) Capacity of the firm to accomplish the work within the required time frame - performance history and current workload will be considered; (3) Professional qualifications of the staff to be assigned to the project, with emphasis on key personnel, including consultants and subcontractor personnel; (4) Demonstrate knowledge of Federal sustainable design and energy conservation programs and proven success in achieving energy efficiency in facility design (i.e., prescribing the use of recovered materials, and waste reduction); (5) Recent past performance of previous Government projects, similar to that described herein, in terms of cost control and quality control measures; and (6) Location of the firm, or an office of the firm, in the lower 48 states in order to reduce travel costs. C. REQUIREMENTS NOAA is under no obligation to issue task orders unless NOAA determines a specific need for PPS services. At its discretion, NOAA may perform services in-house or employ others to perform them. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit six (6) copies of Parts I and II of the SF 330. On SF 330, Part I, Block 5, include DUNS number for the prime firm. On the SF 330, Part I, Block F, provide the title and contract award dates for all projects listed in that section. Submit responses to: NOAA, WRAD, AMD ATTN: J.D. Cooley, Bldg. 1 7600 Sand Point Way N.E. Seattle, WA 98115-0070. These forms shall be submitted to the above address not later than 2:00 PM, LOCAL Pacific Daylight Savings Time on June16, 2009. The SF 330 shall have a page limit of 22 pages. A page is one side of a sheet. You may print on both sides of the page. Font size shall not be less than 11 point font and margins shall not be less than one inch. The use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dun and Bradstreet at 1-866-705-5711. Solicitation packages are not provided. NOTE: In order to maintain total objectivity in the A/E selection process, telephone calls and e-mails to discuss this announcement are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this announcement will not be scheduled. Contracting Office Address: 7600 Sand Point Way, Northeast (Bldg 1) Seattle, Washington 98115-6349 All interested concerns must submit documentation by email at john.d.cooley@noaa.gov by June 16, 2009.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133A-09-RP-0113/listing.html)
- Place of Performance
- Address: Various locations. Contract issuance address is: 7600 Sandpoint Way, SEATTLE, Washington, 98115, United States
- Zip Code: 98115
- Zip Code: 98115
- Record
- SN01816723-W 20090516/090514215620-d2e34d75d2d51e26feb7e69c555a4d1d (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 |