Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2012 FBO #3721
SOLICITATION NOTICE

C -- Architectural and Engineering Sevices

Notice Date
1/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA12R0145
 
Point of Contact
James Kimmel, Phone: 7038755852
 
E-Mail Address
kimmeljk@state.gov
(kimmeljk@state.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
The U.S. Department of State (DOS), Office of Logistics Management, on behalf of the Overseas Buildings Operations (OBO), anticipates the award of at least three indefinite quantity/indefinite delivery (IDIQ) contracts, plus one 8(a) Set-Aside contract to provide professional Architectural and Engineering services worldwide. Each contract shall consist of a one year base period with four one-year optional service periods. The Government guarantees a minimum of $10,000 awarded over the life of each contract. The range of work anticipated for qualified firms is between $50,000 to $500,000 in a single year. The contract is for professional services including, but not limited to, sustainability for new and existing buildings. The offeror must show experience with strategies to reduce energy and water use, and/or greenhouse gas emissions resulting from operation of facilities. The offeror shall have previous experience as demonstrated through projects using strategies similar to those listed below. 1) Energy Optimization - holistic design of energy savings technologies including: building and lighting controls, solar thermal water heating, Light-Emitting Diode (LED), ground source heat pumps, cogeneration, thermal storage, paralleling switchgear, waste heat recovery, micro turbine power generation, desiccant dehumidification, chilled beams, and other applicable technologies. 2) Passive Conditioning - planning strategies to reduce building operation loads including building sitting, orientation, massing, solar shading, daylight harvesting, and optimization of building envelope for different climate conditions. 3) Water Balancing -planning strategies to balance water resources with water uses, including strategies for rainwater harvesting, reuse of grey or black water, stormwater management, high-efficiency irrigation, water treatment, wastewater treatment, xeriscaping, constructed wetlands, and high-efficiency water fixtures and equipment. 4) Renewable Power Generation -designing of renewable energy systems such as photovoltaics, wind power, and geothermal into complex building projects. 5) Measurement and Verification- installing advanced meters and measurement equipment (SODAR, NOMAD, anemometer towers, etc.) to define baseline conditions and analyze conditions for renewable energy systems. 6) Life-Cycle-Cost Analysis - accounting for short- and long-term costs over the life of the technology, from manufacture to decommissioning, to demonstrate all of the hidden costs, beyond first costs, that might impact a decision to implement. 7) Statistics/Data Science -collecting and interpreting quantitative data and using probability theory and applied math to estimate statically representative samples and key parameters, and to drive process decisions based on large datasets. OBO anticipates the contractor(s) to have specialized experience in some, but not all, of the services above. The blend of contractors selected for this contact shall be able to provide the compliment of services. The specific services required on a project shall be identified in detailed scopes of work in individual task orders issued under this contract. Tasks may involve travel to diplomatic post conducting facility, utility, and infrastructure assessments. Projects may involve the OBO Standard Embassy Design (SED). Preliminary engineering task orders shall provide plans, specifications, and project narratives in sufficient detail that a design-build contracting team can execute the project. Design task orders shall provide signed drawings sets of sufficient detail that a contractor could bid and construct the system designed. U.S. Government codes, requirements, and regulations, as well as the applicable laws, codes, and standards of the host's country and local city (whichever are more stringent) shall apply. Quality Control/Quality Assurance shall be performed by the contractor. Selection shall be in accordance with the Brooks Act, PL. 92-582 (40 U.S.C. 541,et seq.). Firms which meet the requirements of this solicitation are invited to submit: (1) one original and five copies of Standard Form 330, Architect Engineer Qualifications and (2) one original and five copies of a qualification statement, in Block H of the Standard Form 330, addressing the evaluation factors listed below. Also, the offeror shall submit an original CD copy of their complete proposal. Submissions must be formatted and tabulated by evaluation factor. Maximum page limit for submissions is 80 single sided pages/40 doubled sided pages. No more than 10 of the total 40 pages may be foldouts, maximum size 11" by 17". Offers shall be submitted in size twelve (12 point) font. Firms responding to this announcement on or before the closing date shall be considered for selection. Failure to address each of the evaluation criteria, in writing, shall result in failure to qualify. Additionally, failure to provide the requisite information shall result in failure to qualify. For each project identified in the responses to the evaluation criteria, provide the name, address, telephone number, and e-mail address of a client representative and identify which members of the proposed team participated on the project. Firms responding to this announcement on or before the closing date will be considered for pre-qualification using the following evaluation criteria, 100 points maximum: Factor 1 - Business Plan. (20 points); Subfactor 1a: Management Plan: (10 points)- Provide a business management plan that explains the Offeror's methodology for decision making, personnel management, teaming and team approach. Subfactor 1b: Financial Capability: (5 points) -Provide documentation demonstrating that Offeror has financial capability and resources to undertake projects within the funding range stated previously. Subfactor 1c: Personnel Capacity: (5 points)- Provide evidence of Offeror's capacity to accomplish work within required cost and time parameters. Factor 2: Technical Qualifications. (55 points); Subfactor 2a: Technical Experience: (30 points) -Provide documentation of projects contracted within the past five years. Documentation shall provide sufficient detail such that the scope, cost, client, and role the offeror perform(ed) are evident. The offerors shall provide documentation for a minimum of three of the technical specialties listed below: a) Strategic Sustainability Planning; b) Net Zero Energy Studies; c) Renewable Energy Design; d) Energy Audits, ASHRAE Level II; e) Measurement Equipment Installation; f) Net Zero Water Studies; g) Water Resource Design; h) Water Audits; i) Low Impact Development Studies; j) Carbon Reduction/Neutral Studies; k) Healthy Building Material Assessments; l) Engineering Statistical Analysis; m) Living Building ChallengeSM. Subfactor 2b: Personnel Qualifications: (25 points) - The Government will evaluate personnel to the extent that the offeror demonstrates the availability and experience of personnel who possess the education and skills to meet the technical requirements outlined in this announcement. The offeror is required to submit a one-page resume for all proposed personnel. Resumes shall include information in sufficient detail to establish the personnel's education, employment history and background, recent relevant experience, and specialty qualifications. The resumes are also to indicate the individual's current level of security clearance, if any. The project manager proposed must be currently employed by the offeror and will actually be assigned to the project doing meaningful work. In the event that any proposed personnel are not currently employed by the offeror, the offeror is required to submit signed letters of commitment. Offeror shall submit a staffing organization chart for the personnel supporting this application that includes names and identify appropriate certifications for this IDIQ. Offeror shall submit a Joint Venture and/or prime contractor/sub-contractor roles and responsibilities chart, as applicable, for partnerships supporting this application that includes names and identify appropriate certifications for this IDIQ. Factor 3: Past Performance. (25 points); Offerors shall submit detailed information concerning Federal, State and Local Government, and private contracts demonstrating the offeror's ability to perform work similar to that identified in this notice. Performance shall have been completed within the last five years. This information may include efforts performed by the offeror or critical subcontractors, if such resources will be brought to bear or significantly influence the performance of the proposed effort. Information shall include: offeror's company/division; program title; customer contract agency/company; contract number; brief description of effort and relevance to the proposed effort; type, value and performance period of contract; and offeror's role in past work (prime or sub). Provide name, address and telephone number of current or last, Program Manager, Contracting Officer, and/or Contract Manager for each referenced project. Offerors may include additional relevant information demonstrating significant achievements or explain performance problems they consider relevant to the proposed efforts. Demonstrated previous work with the subcontractors/joint venture members will be evaluated as a positive factor. Note: As prescribed in the Federal Acquisition Regulation at 15.305(a)(2)(iv), an offeror without a record of relevant past performance or for whom information on past performance is not available will receive a neutral rating. Firms responding to this announcement must specifically address each of the above factors under separate headings. Requests for clarification must be submitted, in writing, to Mr. James Kimmel, not later than 2:00 p.m., Eastern Standard Time, on March 1, 2012. The email address to submit clarification questions is KimmelJK @state.gov. All SF-330 submittals must be received by 2:00 p.m., Eastern Standard Time, on March 9, 2012. Submittals shall only be made by courier: (Federal Express, UPS, DHL, etc): Mr. James Kimmel, U. S. Department of State, Office of Logistics Management, 1701 North Fort Myer Drive, Room L-600, Arlington, VA 22209. Point of Contact Mr. James Kimmel, Contract Specialist, Phone 703-875-5852, Fax 703-875-6292, Email KimmelJK@state.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA12R0145/listing.html)
 
Place of Performance
Address: World Wide, United States
 
Record
SN02663983-W 20120201/120130234820-b2f48c3afbaecb809e9fb572afbead01 (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.