Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2011 FBO #3507
SOLICITATION NOTICE

C -- Multi-Discipline Architect-Engineer Services for Indefinite Delivery Contract - Package #1

Notice Date
6/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Court Services and Offender Supervision Agency, Office of the Director, Procurement Management Staff, 633 Indiana Avenue, NW, Suite 880, Washington, District of Columbia, 20004-2902
 
ZIP Code
20004-2902
 
Solicitation Number
CSOSA-11-R-0019
 
Archive Date
8/5/2011
 
Point of Contact
Tammie V. Crank, Phone: 202-220-5710
 
E-Mail Address
tammie.crank@csosa.gov
(tammie.crank@csosa.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment A Architect-Engineer Statement of Work THERE IS NO SEPARATE REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT-ENGINEER QUALIFICATIONS, IS CONTAINED HEREIN. 1. PROJECT INFORMATION: Provide multi-discipline Architect-Engineer (A-E) design services under a indefinite-quanity indefinite delivery contract for one year with a one (1) year option for the Office of Facilities, Court Services and Offender Supervision Agency (CSOSA) for the District of Columbia to include, but not limited to, design and construction support services. CSOSA is an independent executive branch federal agency established pursuant to the National Capital Revitalization and Self-Government Improvement Act of 1997. CSOSA assumed cognizance related to pretrial services, parole, probation and other supervised release functions in, and on behalf of, the District of Columbia. Its mission is to improve public safety, prevent crime, reduce recidivism, and support the fair administration of justice in close collaboration with the community, local and federal authorities. In executing this mission, CSOSA operates from leased spaces. CSOSA requires consulting Architect and Engineering (A-E) services to prepare construction documents for the renovation of two separate sites: 1) is approximately 3,000 square feet of commercial space to accommodate staff and office operations at 4407- 09 South Capitol Street, SW, Washington, DC, and 2) expand the existing Illegal Substance Collection Unit (ISCU) at 3850 South Capitol Street, SE, Washington, DC under the terms and conditions from the attached draft Statement of Work. This draft Statement of work may be modified prior to issuance of a competitive solicitation for the construction work required. This not a request for pricing information. Under the contract, the A-E firms shall support CSOSA with preparing plans, specifications, design analysis, construction estimates, categorical exclusions, indoor air quality surveys, space measurements, and various studies (for example, Space Analysis, Requirements Studies, and Project Development Studies) of current and planned leased office facilities. Services shall also include conducting preliminary market surveys and zoning research for future leases, along with developing lease acquisitions strategy. The construction support services typically involve a variety of renovation, alteration, and minor construction projects. The essential A-E services include architectural, landscaping, civil, mechanical, electrical, and structural engineering design as well as project management and environmental testing / consulting services (e.g., indoor air quality surveys, minor asbestos and lead paint abatement work, etc.). Interested A-E firms should demonstrate their qualifications, along with the qualifications of any proposed sub-consultants, through submission of a completed SF 330 on or before 3:00PM (Eastern Time) on July 21, 2011. A fillable version of this form is available from the GSA website at http://www.gsa.gov/portal/forms/type/TOP. EVALUATION: The Government's selection of the contractor who proposes the "best value" will be based upon an integrated assessment of the factors found in the selection criteria. The Government will use these factors to determine the most highly qualified firm (s). Each factor will be assigned a rating based on the level of risk to the government and in view of the factor being evaluated how well the firm will successfully perform the contract. A rating will be given to each submission. The following factors will be considered in deciding which of the most highly rated firm will be selected to hold discussions with. All factors are listed in their order of importance. SELECTION CRITERIA: The following factors will be assessed and rated in descending order of importance. FACTOR 1. Professional qualifications necessary for satisfactory performance of required services. - This factor assesses the individual experience of the personnel and professional qualifications assigned to the project team. Firms should provide information for one to three individuals from each design discipline that is anticipated to be assigned to key positions on the project team. Key positions may include: Project Managers; Quality Assurance Managers; Architects; Structural Engineers; Civil Engineers; Mechanical Engineers; Electrical Engineers; Fire Protection Engineers; Geotechnical Engineers; Environmental Engineers and Land Surveyors. Firms may provide information on other personnel they feel are significant for the type (s) of work described in the SCOPE OF SERVICES. Resumes must be submitted for all qualified professional personnel selected by the firm to be assigned to the project team. Professional licenses, registrations, and/or certifications shall be specifically identified on resumes. Failure to indentify a license, registration and/or certification will result in a presumption that none exists for the individual for whom the resume is offered. FACTOR 2. Specialized experience and technical competence in the type of work required. - This factor assesses the experience of the firm and project team in completing projects requiring skills similar to those anticipated for the A-E IDIQ contract. Where appropriate, a firm must describe specialized experience and technical competence in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. FACTOR 3. Capacity to accomplish work in the required time. - This factor assesses the ability of the firm to accomplish a project within required time periods, given its current projected workload and the availability of key personnel. The evaluation will consider the availability of an adequate number of personnel in key disciplines for effective execution as a Project Delivery Team (PDT). The design team for the firm must demonstrate the ability to concurrently perform at least two, $250,000.00 multi-disciplinary Task Order contracts in a 150-day period. The evaluation will also consider the experience of the firm and any consultants with similar size projects, the availability of an adequate number of personnel in key disciplines, and the capability of the firm to provide qualified backup-staff for key personnel in order to ensure continuity of services in meeting unexpected project demands. Firms must demonstrate the ability to respond quickly and coordinate multiple tasks. Firms must include records of proposed personnel working together as a team. FACTOR 4. Past Performance (previous 5 years). - This factor assesses and considers the past performance of the project team on related work performed for Government agencies, private industry and other similar contracts with respect to quality of work, cost control, compliance with performance schedules, cooperation and responsiveness. The Government may consider information provided by the firm, customer inquiries, Government databases, and other publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. In addition, any records of significant claims against the firm because of improper or incomplete architectural and engineering services must be included. Firms will also be evaluated based on established A-E Contract Administration Support System (ACASS) ratings and other credible documentation included on Standard Form (SF) 330. Firms may include brief references to letters of commendation or awards for work performed as part of the descriptive project narrative in SF 330 - Part 1, Section F. FACTOR 5. Firm Location & Locality Knowledge. This factor assesses the information provided that demonstrates expertise in geological features, climatic conditions, natural resources, architectural context, local construction methods, local and state building codes and permit requirements. The description for this criterion must be included in SF 330, Section H. This factor also evaluates both the distance of the firm's project office from the Greater Washington Metro Area, the extent of the firm's knowledge about the metropolitan area and the knowledge and experience of the firm pertaining to state, county and local requirements for projects of the types anticipated for this A-E IDIQ contract. Relative to Factor 5, the Government recognizes that firms with multiple offices may form a project team with personnel from more than one office. As such, the Government will consider the performance risk associated when a firm's project team is not co-located in the same office. FACTOR 6. Volume of Federal Government Awards (during the preceding twelve (12) months). This factor assesses the volume of Government work awarded during the twelve month period immediately preceding the date of this announcement. Firms must provide a list of all awarded Government contracts to include dollar value. Firms must list only basic contract awards. Work performed as a subcontractor will not be considered. An individual list of Task Orders is not required. SUBMISSION FORMAT: Qualifications data. - A firm must file SF 330, Architect-Engineer Qualifications - Part II, and when applicable, SF 330 - Part I, in order to be considered for an A-E contract. Three (3) completed and bound paper copies and one (1) electronic copy in PDF format on CD are required for each submission. Submitting firms must include their DUNS number, along with the name of the firm in Block 5 of SF 330 - Part I, Section B. 3. CONTRACT INFORMATION: Multi-discipline Architect-Engineering (A-E) Design Services for the Court Services and Offender Supervision Agency (CSOSA) procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36. One contract will be negotiated and awarded, with a base period of one calendar year and (1) option year. The amount of work in each contract period will not exceed an estimated $250,000.00. Work will be issued by issuance of negotiated, firm fixed-priced task orders within each contract period. The anticipated contract award is August 1, 2011. Applicable NAICS Codes are 541310 and 541330, with a Small Business Size Standard of $4.5 Million. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan, or that part of the work, it intends to subcontract. Contract negotiations with large business firms will include subcontracting plan goals, expressed in terms of percentages of total planned subcontracting dollars, for the use of small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns as subcontractors. To be eligible for contract award, interested A E firms must be registered in the Central Contractor Registration (CCR) at the http://www.ccr.gov website. 4. SUBMISSION INFORMATION: This is not a Request for Proposal and there is no solicitation package. The SF 330 shall be typed and one-sided. Attach an organizational chart of the prime and proposed sub-consultants, showing the names and roles of all key personnel listed in SECTION E, with the associated firm as listed in SECTION C of the SF 330. When completing PART II of the SF 330, ensure to describe the extent a subsidiary firm is subject to the holding or parent company in terms of management decisions, bookkeeping, and/or policy guidelines. The Government office designated for receipt of the SF 330 is Court Services and Offender Supervision Agency, Attention: Tammie Crank, Office of Procurement, 633 Indiana Avenue, NW, Suite 880, Washington DC 20004.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CSOSA/OD/WashingtonDC/CSOSA-11-R-0019/listing.html)
 
Place of Performance
Address: Address: Washington, DC, Postal Code: 20004, Country: USA, United States
 
Record
SN02487368-W 20110702/110630235759-2b070b46c06d406f9e2f502aaceb0fb7 (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.