Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2011 FBO #3659
SOLICITATION NOTICE

C -- Multi-Year Multi-Award A&E Services Contract

Notice Date
11/29/2011
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Justice, Bureau of Prisons, Construction Contracting, 320 First Street, NW, Room 5002, Washington, District of Columbia, 20534
 
ZIP Code
20534
 
Solicitation Number
RFPP0700CC1200002
 
Point of Contact
Marlon D Clary, Phone: 202-307-0954, Gerald L. Van Winkle, Phone: 202.307.0954
 
E-Mail Address
mclary@bop.gov, gvanwinkle@bop.gov
(mclary@bop.gov, gvanwinkle@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Pre-Solicitation Notice for A/E Support Services General Information Document Type: Pre-Solicitation Notice Solicitation Number: RFPP0700CC1200002 Posted Date: 11/29/11 Original Response Date: 12/28/11 Current Response Date: 12/28/11 Original Archive Date: 04/20/18 Current Archive Date: 04/20/18 Classification Code: R - Professional, Administrative, and Management NAICS Code: 541310 - Architectural Services Contracting Office Address Department of Justice, Bureau of Prisons, Construction Contracting, 320 First Street NW, Room 5006, Washington D.C., 20534, UNITED STATES Description This is a Pre-Solicitation Notice. The Federal Bureau of Prisons (BOP) anticipates awarding a Small Business set-aside, Firm Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) multiple award, multi-year (base year, plus 4 option years) contract for Architect/Engineer Support Services (A/ESS). The contract is to support a scope of work that defines projects and states FBOP requirements for development of Federal Correctional Facilities. A maximum of three (3) contracts will be awarded. Each contract will have a Guaranteed Minimum of $1,000 per year, and an Estimated Maximum of $1,000,000.00 per year. Required services will be for architectural, engineering (civil, structural, mechanical, plumbing, electrical, electronics, and fire safety) and related services, including construction related services, which will be accomplished through the issuance of individual task orders. Tasks will include the following major categories: (1) Architectural and engineering services, (2) Development of Requests for Qualifications (RFQ), Requests for Proposal (RFP), and bridging documents for design-build procurements, (3) Development of design and construction documents for selected projects. (4) Geotechnical engineering, topographical land survey, soil borings, mapping, laboratory testing, analysis, and related services, (5) Development of cost estimates for selected construction projects, utility contracts, A/E contracts, and proposed or potential contract modifications, subsequent comparisons and analyses, and development of future budget requirements, (6) Review of contractor submittals, coordination of value engineering workshops and LEED workshops, and related services, (7) Assistance in the review and management of project and construction schedules utilizing critical path methods, with related analyses, (8) Code conformance reviews, site visits, construction inspections, and other consulting services. Services will be provided primarily to FBOP personnel located in Washington, D. C. and consideration will be limited to firms (or Joint Ventures), including major consultants, having an existing office located within Washington, D. C. or the surrounding areas to include the following counties of Virginia: Alexandria, Arlington, and Fairfax; as well as the following counties of Maryland: Montgomery and Prince Georges. The firm and major architectural or engineering consultants must be licensed to practice their respective professions. The firm or joint venture, awarded contracts for these required services will not be eligible to compete for contracts using the documents prepared by the firm. Responses shall be made by completion and submittal of Standard Form (SF) 330, Architect-Engineer Qualifications, and pertinent supplemental data. Completion of the SF-330 should be in accordance with the instructions. Each offeror will be evaluated based on information provided on the SF-330 and as follows: (1) Organizational chart of proposed team members and their roles; (2) Relevant Experience of all team members (prime, joint venture, subcontractors, and/or consultants) to be listed by firm; (3) Technical capabilities of key personnel (i.e., academic degree, professional registration, certifications, and/or extensive experience); and (4) Relevant projects, with a brief description of each project, in the past five (5) years demonstrating the team's capability to perform, as well as individuals within the team. The Government reserves the right to approve or disapprove of any or all proposed subcontractors and/or consultants. All information must be current and accurate for the firm or joint venture submitting SF-330's. To be considered, firms must have at least five (5) years of experience with requirements of similar scope. Each offeror must submit one (1) original SF-330 and five (5) copies. The SF-330 can be obtained at the following website: www.gsa.gov. All interested offerors are required to submit the completed SF-330 by close of business 12/28/11 Date. Participation will be limited to small, small-disadvantaged, HUBZone small businesses, woman-owned small businesses, veteran-owned businesses, and service disabled veteran-owned small businesses. Faith-based and Community-based Organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Once SF-330's have been evaluated, a determination will be made as to which offerors will be included in the competitive range, and be requested to submit a proposal based on a solicitation, which will be provided via hard copy on or about 01/20/2012. Firms will be evaluated and selected in accordance with the criteria set-forth in Federal Acquisition Regulation 36.602-1, Selection Criteria. The Solicitation will provide the scope of work and outline the factors for evaluation, which are listed in descending order of importance and accorded equal weight: Past Performance (descending order of subfactors: (1) Type/Scope/Magnitude of Project; (2) Quality of Performance/Service; (3) Timeliness or Performance (4) Business Relations, (5) Turnover of Personnel, (6) Performance Problems. Technical (descending order of subfactors: (1) Proposed Team and Organization - Staffing and work effort to perform required services, personnel, qualifications and relevant experience of key personnel, qualifications for unassigned personnel, and organizational management plan; (2) Specialized Experience and Technical Competence - Extent and relevance of the firm and key personnel with projects of similar size and complexity, familiarity and/or experience with the geographic area, and clarity, conciseness and completeness of the submittal; and (3) Capability to Perform - size and make-up of the firm(s) to include subcontractors and consultants, availability of personnel and management resources, and capability to provide required services to the project location), The point of contact for inquiries and clarifications is Marlon D. Clary, Contract Specialist, Federal Bureau of Prisons, Construction Contracting Section, 320 First Street NW, Room 500-5, Washington, D.C. 20534. (Send EXPRESS Mail to 500 First Street NW, remainder of address as above). The point of contact can be reached at (202) 307-0954 and receive a fax at (202) 616-6055. No collect calls will be accepted. No telephone calls for solicitations will be accepted. THIS IS NOT A REQUEST FOR PROPOSAL. Point of Contact Marlon D. Clary, Contracting Officer, Phone 202-307-0954, Fax 202-616-6055, Email mclary@bop.gov Place of Performance Address: Federal Bureau of Prisons Construction Contracting Section 320 First Street, NW, 500-5 Washington, D.C. 20534 Attn: Marlon D. Clary, CO
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/CC/RFPP0700CC1200002/listing.html)
 
Place of Performance
Address: Federal Bureau of Prisons, Design and Construction Branch, 500 First St. N.W. 3rd Floor, Washington, District of Columbia, 20534, United States
Zip Code: 20534
 
Record
SN02630023-W 20111201/111129234253-1b7d3ff506ba4e91f6d1a36790754ee1 (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.