Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2010 FBO #3114
SOLICITATION NOTICE

C -- Engineering, Planning & Design of Projects for the Securities and Exchange Commission

Notice Date
6/2/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Securities and Exchange Commission, Office of Acquisitions, Operations Center, 6432 General Green Way, MS 0-20, Alexandria, Virginia, 22312-2413, United States
 
ZIP Code
22312-2413
 
Solicitation Number
SECHQ1-10-R-0008
 
Point of Contact
Tammy Oliver, Phone: 202-551-8351, Regina Mumford-Rush, Phone: 202.551.7463
 
E-Mail Address
olivert@sec.gov, Mumford-RushR@sec.gov
(olivert@sec.gov, Mumford-RushR@sec.gov)
 
Small Business Set-Aside
N/A
 
Description
This acquisition is for Architect/Engineering services, and will be procured in accordance with the Brooks Act as implemented in Sub-part 36.6 of the Federal Acquisition Regulations. Architect-Engineer (A/E) or Engineering (E) Services are required for tenant build-out construction and renovations in leased buildings, including regional offices and future leased buildings, of the U.S. Securities and Exchange Commission (SEC). Services may include preparation of cost estimates, specification development, interior design, biddable/constructible/operable design packages, post construction award services, Quality Assurance Plan preparation, construction inspection, site investigations, drafting, shop drawing reviews, LEED certification, hazardous material identification, and energy computations, fine art selection and locating, selection and location of plants and accessories. Also an on-site CADD operations manager/interior architect is required to assist in facilitating the scope of this contract as contained herein. Full and open competition will be utilized to obtain design and engineering services required for a multi-disciplined firm fixed priced A/E Services Indefinite Quantity Contract. The contract will provide A/E services for the SEC Nationwide for the following offices: Washington, DC Headquarters Office, Operation Center, Alexandria, Virginia, (which may be up to three locations); New York, NY; Miami, FL; Chicago, IL; Denver, CO; Los Angeles, CA; Boston, MA; Philadelphia, PA; Atlanta, GA; Forth Worth, TX; Salt Lake City, UT and San Francisco, CA. The selected licensed architectural firm(s) must include architectural, multi-disciplined engineering (including but not limited to mechanical, electrical, structural, architectural and civil) interior design, associated construction management, and services such as: demolition, repairs, alterations and/or new construction and all types of new and existing facilities. The work includes: 1. Project planning and development; 2. Engineering Studies 3. Project Design (including preparation of drawings in AutoCAD 2008 or higher, calculations, specifications, and cost estimates using Microsoft Office Project 2003 or higher for projects); 4. Obtaining permits and approvals required by the local governing jurisdiction; and 5. Use of the Simplified Acquisition Procedure, (SAP) with sketches, essential calculations, minimal specifications and order of magnitude cost estimates for projects. 6. Audio-Visual (AV) Consultations Task orders will include, but are not limited to: partial design packages (60% construction documents); total design packages for repairs and alterations to existing facilities (100% construction documents); collateral equipment lists; obtaining permits and regulatory approvals; comprehensive interior design; contractor submittal review; construction inspection, observation and consultation; Operations & Maintenance Support Information (OMSI); fire protection plans and solutions; anti-terrorism/force protection evaluation and design; designs for phased construction; exterior structures such as shading devices; and as-built drawing preparation. The Contractor must be an established A/E firm with licensed architects, engineers and interior designers who have passed or are eligible for National Council for Interior Design Qualification (NCIDQ) professional recognition. A minimum of three of the key personnel shall have LEED Professional Credentials related to commercial interior tenant improvements. Additionally, the SEC has a requirement for a CADD Operations Manager/Interior Architect who will work on-site at the Government-provided workstation in the agency’s Construction Branch located in Alexandria, Virginia. The Government estimates a minimum 2,000 hours per year for this requirement. An additional temporary on-site CADD Operator/Interior Designer may be requested on-site during high work load periods on an as needed basis. The on-site CADD Operations Manager/Interior Architect shall develop and deliver to the agency's COTR, design intent drawings, scaled drawings, and material selections as requested for the following: 1. Agency general space renovations; 2. New and reconfigured office plans; 3. Facility occupancy plans and site improvements; and shall 4. Meet with SEC management and staff to develop space planning requirements and programming. The on-site CADD Operations Manager/Interior Architect shall assist with the preparation of drawings for use with the Space Management Office’s future facility management software system. The CADD Operations Manager/Interior Architect shall also: 1. Provide CADD system management knowledge and direction to sustain and enhance AutoCAD 2008 (or higher); 2. Administer, utilize, and update the agency's existing CADD database, assisting Government personnel through production and delivery of accurate space and facility data for various space management specialists in the agency; and 3. Provide single-point responsibility for keeping the database current to actual conditions, based on both Contractor's and agency's surveys of facilities. The individual shall sustain the facility database to the extent requested by the agency's Contracting Officer's Technical Representative (COTR). The individual shall enter in the database updated site information within 14 calendar days from notification by the Government of completion of new construction. Further work shall include, but not be limited to: 1. Office identification; 2. Space classification and utilization; 3. Construction narratives descriptions; 4. Administrative boundaries, i.e. area information and summaries; 5. Construction management data; 6. Report on room and area site inspections and information gained from ongoing verification; 7. Issuance of Construction Change Directives; 8. Clarification and coordination of construction with various contractors and sub-contractors. The Contractor shall provide a bi-weekly report of all activities performed and a monthly report of activities shall be submitted with each billing cycle. These reports shall be submitted to the COTR no later than the 28th of each month. This bi-weekly report must include project list and status and a project schedule for each open project. The Contractor shall provide Communication Plans and Project Manuals for the SEC Project Team for each project ordered unless otherwise directed by the SEC COTR. The current A/E contractor has initiated the process of agency branding which includes a signature finished product for each tenant improvement project of the SEC. This calls for continuity in design intent and strategies that align with the Workplace 20/20 survey, standard Program of Requirements, and pilot studies that are being developed by the existing current A/E contractor. These standards including finishes and furniture with planned variations available for each region, will be continued throughout the regional office locations. For questions, please contact Tammy Oliver (202) 551-8351, e-mail at olivert@sec.gov or Regina Mumford-Rush (202) 551-7463, e-mail at mumford-rushr@sec.gov. The NAICS Code is 541310 and the Size Standard is $4.5M. Offerors must be registered in the Central Contractor Registration (CCR) database in order to participate in this procurement. The solicitation is to be issued on or about 15 calendar days from the date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/SECHQ1-10-R-0008/listing.html)
 
Place of Performance
Address: Securities and Exchange Commission, 6432 General Green Way, Alexandria, Virginia, 22312, United States
Zip Code: 22312
 
Record
SN02165985-W 20100604/100602235004-3bc9927d54fdc57ab4ac6c47e0f6f940 (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.