SOLICITATION NOTICE
C -- Worldwide New Construction Design Services - Omnibus Quest.
- Notice Date
- 8/24/2012
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219, United States
- ZIP Code
- 22219
- Solicitation Number
- SAQMMA12R0364
- Archive Date
- 10/10/2012
- Point of Contact
- Brian F Mulcahy, Phone: 875-6012
- E-Mail Address
-
mulcahybf@state.gov
(mulcahybf@state.gov)
- Small Business Set-Aside
- Partial Small Business
- Description
- Omnibus Quest. The U.S. Department of State (DOS), Office of Logistics Management, on behalf of the Bureau of Overseas Buildings Operations (OBO), anticipates awarding at least four indefinite delivery/indefinite quantity contracts to qualified architect/engineer firm-led teams (prime or joint venture) of licensed professionals to provide comprehensive architectural and engineering (A/E) services. The Department intends to award one of the contracts to a qualified small business enterprise. Be advised that the successful offeror(s) under this procurement will not be eligible to receive a contract, or task order work, under the proposed rehabilitation and renovation design services requirement, DOS solicitation number S-AQMMA-12-R-0379. To reiterate, qualified offerors submitting for consideration in both AE services solicitations that are selected for award shall received only a single contract even if they may otherwise be qualified and under consideration for award under the other solicitation. The final award will be determined in accordance with the best interests of the Government. This solicitation covers A/E services for new construction projects at DOS Posts and DOS-sponsored projects worldwide. AE services include the planning and design of new construction, related renovations and associated follow-on projects at U.S. diplomatic Foreign Service posts worldwide. The estimated cost of construction for these projects ranges from $1 million to $200 million. Tasks may include the preliminary analysis of potential new construction sites, planning leading to design-build or design-bid-build definition, bridging documents, and/or construction documents. The participation of the A/E firm on the preliminary work on a given project may affect the A/E's ability to participate in competitively-sourced follow-on work or on design-build teams for that project. Each contract shall consist of a one-year base period with four one-year optional service periods. The Government guarantees a minimum of $50,000 in task orders over the life of each contract. The total amount of orders issued under each contract is not expected to exceed $50,000,000 per year. The contract will be for professional services to include, but not be limited to, architectural and engineering studies, site utilization studies and master planning, conceptual, schematic and preliminary designs, design development, construction documents, specifications, cost estimates and budget assessments, as well as project related life-cycle analysis, value engineering, construction phase services and claims analysis services. Department of State projects shall demonstrate the value of true integrated design that balances aesthetics, cost, constructability and reliability, following the Guiding Principles of Design Excellence (http://www.state.gov/documents/organization/164725.pdf). A/E firms responding to this solicitation should be able to demonstrate the completion of projects of comparable complexity.   Contract services shall include the following: architecture, historic preservation, landscape architecture, long range planning, master planning, initial and detailed planning, space planning, site utilization studies, cost estimating, budget assessment, interior design, graphic design and signage, food service design, scheduling, and environmental and sustainability design. In addition, the following engineering disciplines shall be provided: electrical, mechanical, plumbing, structural, blast, civil, geotechnical, environmental, seismic, security, lighting, acoustical, chemical and biological protection, information and telecommunication, fire protection, value engineering, and vertical transportation. The administrative coordination of the various disciplines involved, and ascertaining and working within the U.S. Government's requirements and the applicable laws, codes and standards at the overseas project sites shall be required. Knowledge and experience in the preparation of planning, design and construction documents employing alternative delivery methods (e.g. design-bid-build, bridging, and design-build) is required. The successful offeror(s) will be required to provide all design and drawing files that are produced in or compatible with AutoCAD Release 2011 or higher and REVIT Architecture 2011. OBO ProjNet will be required for the electronic transmission of Sensitive But Unclassified USG information and ProjNet-C for Classified U.S. Government information. A two-stage process shall be used in the award selection, as follows: In Stage 1, prospective offerors will submit portfolios of accomplishment that establish the design capabilities of the A/E firm and the Lead Designer. Offerors will be point-scored by a Technical Evaluation Panel based on criteria provided in this announcement. Offerors will be ranked and a short-list issued for consideration in Stage 2. In Stage 2, upon notification the short-listed offeror(s) will assemble their technical teams and submit detailed information as to their proposed team, management plan, and past performance on construction documents. Stage 2 submissions will be reviewed by the Technical Evaluation Panel. The short-listed offeror(s) will also be required to make presentations to the Technical Evaluation Panel, most likely at State Annex Six located in Arlington, VA. The Technical Evaluation Panel will make a determination of the most highly qualified team consistent with the announced Technical Evaluation Panel criteria and will recommend the offeror(s) for award to the OBO Director.   Stage 1 Submission Requirements and Evaluation Criteria The assembled content for the Stage 1 portfolio should be no more than 55 single-faced pages (exclusive of dividers) in an 8 ½" x 11" format. Submissions shall be double-sided, where feasible. The portfolio should include the following items, divided into tabbed sections in the order listed below: (1) Cover Letter. A cover letter referencing the FedBizOpps announcement and the category to which the team is applying, briefly describing the A/E firm and its location, organizational makeup, and noteworthy accomplishments. (2) Standard Form 330. Standard Form 330 Architect-Engineer Qualifications, Part II only. For the purposes of this solicitation, Firm as requested in Box 2A is defined as the individual, firm, partnership, corporation, association or other legal entity permitted by law to practice the profession of architecture or engineering that will have contractual responsibility for the project design, should the proposed offeror be selected for the contract. (3) A/E Firm Past Performance on Design (35 points maximum). A/E firms shall submit a portfolio of not more than five projects that have been designed and fully constructed in the last ten years (maximum of five pages per project). The narrative shall address the design approach with salient features for each project and discuss how the client's program, image, mission, economic, schedule, maintenance, functional and operational objectives were satisfied by the overall design/planning solution. It should comment on the relevance of submitted projects to the OBO IDIQ category under which the offeror is submitting. This section of the submission should cite certificates, awards, peer recognition, etc. demonstrating design excellence, and provide a client reference contact for each project, including name, title, address, email, phone, and fax numbers. A representative floor plan, a site plan, a building section, or other appropriate drawings, and a minimum of two photographs must be included for each project. (4) Lead Designer Profile(s) (15 points maximum). Submit a biographical sketch (maximum of three pages per person) including education, professional experience, and recognition for design efforts inclusive of the portfolio examples. Identify and describe areas of responsibility and commitment to each project. (5) Lead Designer Portfolio (30 points maximum). Submit a portfolio representative of the Lead Designer's ability to provide design excellence. The portfolio must comprise three projects designed in the last ten years (maximum of five pages per project). The narrative shall address the Lead Designer's participation in the project; the overall design philosophy and salient features of the project; and how the client's program, image, mission, economic, schedule, maintenance, functional, and operational objectives were satisfied by the overall design/planning solution. Cite any certificates, awards peer recognition, etc., demonstrating design excellence. Where there is duplication with the Past Performance on Design criteria, the Lead Designer shall clearly cite their responsibilities on the project. (6) Philosophy and Design Intent (20 points maximum). The Lead Designer (in a maximum of two pages) shall state: the parameters of an overall design philosophy; their approach to the challenge of public architecture and related issues; parameters that may apply in creating an overseas diplomatic presence; and their commitment to integrated and sustainable design. The Technical Evaluation Panel, which is comprised of representatives from the Overseas Buildings Operations, Department of State, and other government agencies, shall evaluate the submissions. The Panel shall establish a short-list of qualified firms. Identification of team members, other than the Lead Designer, is not required in this stage. The Lead Designer is the individual or individuals who will have primary responsibility to develop the concept for the project. Consultants and the "production firm" (if different from the A/E firm) information should not be included in the Stage 1 portfolio. The short-listed Lead Designers and their associated A/E firms will be notified in writing and requested to submit more detailed information indicating each member of the design team, including the primary outside consultants for Stage 2 evaluation. Sufficient time will be provided for the Lead Designer and their associated A/E firms to establish their team. The Government will provide detailed evaluation criteria for both the Stage 2 submission and the interview at the time the short-listed firms from Stage 1 are announced. This is neither a request for proposal nor a design competition. Since a contract may result in an award over $500,000, large businesses will be required to submit a small business subcontracting plan prior to contract award. The small business size standard North American Industry Classification System code is 541310, $4.5 million average. Selection shall be in accordance with the Brooks Act, P.L. 92-582 (40 U.S.C. 1101-1104). After the successful offeror(s) has been selected, the resultant contract award will be dependent on the conclusion of successful negotiations.   In order to be eligible for award of this contract, the successful offeror(s) must possess, or be eligible to obtain, a Defense Security Service (DSS) Secret Facility Clearance (FCL), with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual, DOD 5220.22-M. All entities comprising a joint venture for this effort must possess or obtain an FCL, as well as the joint venture. Personnel requiring access to classified information or Controlled Access Areas at DOS locations must possess a Secret personnel security clearance issued by DSS. Additionally, the successful offeror(s) selected for contract award must possess, or immediately obtain an Information System (IS) or standalone computer, approved by DSS, for processing classified information, and prior to deployment of ProjNet-C to the facility. Certain design team subcontractors/consultants may also require FCLs and personnel security clearances. Offerors already possessing the necessary FCL should submit their appropriate Commercial and Government Entity (CAGE) Code with their Stage 2 submissions. If a selected offeror does not possess an interim or Final Secret FCL, the Department of State will sponsor the uncleared firm for an FCL. Sponsorship does not guarantee that the firm will receive the clearance. A period of 90 days from the date of selection for award will be allowed for the uncleared firm to obtain the necessary FCL. After this period, the Government may, at its discretion, consider awarding the contract to another firm or awarding fewer contracts. No contract can be awarded until at least an Interim Secret FCL has been granted. Due to time constraints, the Government will not delay award of contracts to selected firms already in possession of Secret FCLs. Foreign firms are not eligible for FCLs. Only U.S. firms organized and operating in the U.S. or Puerto Rico, or a U.S. possession or trusted territory, are eligible for facility clearances. U.S. firms which are determined to be under Foreign Ownership, Control or Influence (FOCI) are not eligible for an FCL unless actions (as directed and approved by DSS) can be taken to effectively negate or reduce associated FOCI risks to an acceptable level. This process often takes more than the 90 calendar days allotted for clearance. Information on the clearance process can be found on the DSS website, at http://www.dss.mil, under Industrial Security. Firms being considered for award under this acquisition are limited to "United States Person" offerors, as defined in the Act. The offeror(s) must complete and submit as part of its qualification package the pamphlet, Certifications Relevant to Public Law 99-399, Statement of Qualifications for Purpose of Section 402 of The Omnibus Diplomatic Security and Antiterrorism Act of 1986. (The pamphlet is attached to this announcement and may also be obtained from the Contracting Officer listed at the end of this notice.)   A firm being considered for award must meet the definition of a "United States person" of P.L. 99-399, Section 402 thereof, as follows: (1) be legally organized in the United States more than five years prior to the issuance of a request for proposal; (2) have its principal place of business in the United States; (3) have performed within the U.S. administrative, technical or professional services similar in complexity, type of construction, and value of the project being solicited; (4) employ U.S. citizens in a least 80 percent of principal management positions in the U.S.; and (5) have existing technical and financial resources in the U.S. to perform the contract. Firms not meeting the "United Sates persons" requirement will not be considered. Offerors that meet the requirements described in this announcement are invited to submit the required Stage 1 documents. Firms shall submit six hard copies and one digital, PDF version on CD. The submission shall incorporate tabs to clearly identify the different solicitation requirements. Offerors may find a copy of the SF-330 at the following website: http://contacts.gsa.gov/webforms.nsf/0/21DBF5BF7E860FC185256E13005C6AA6/$file/SF%20330.pdf. Offeror's submissions must clearly indicate solicitation number S-AQMMA-12-R-0364, New Construction Design Services. All submissions listed in Stage 1 (including one hard copy of the statement of qualifications of P.L. 99-399), must be received by 10:00 a.m., Eastern Daylight Time, on September 25, 2012. Requests for clarification, technical and contractual, must be received, in writing, by Mr. Brian Mulcahy, not later than 2:00 p.m., Eastern Daylight Time, on September 7, 2012. The e-mail address to submit clarification questions is mulcahybf@state.gov. Clarifications received after the deadline, and telephone requests for information, shall not be accepted. U.S. Postal Service mailing address: Mr. Brian Mulcahy, U.S. Department of State, A/LM/AQM/FDCD, Room L-600, P.O. Box 9115, Arlington, VA 22219. Courier address (Federal Express, UPS, etc): Mr. Brian Mulcahy, U.S. Department of State, Office of Logistics Management, 1701 North Fort Myer Drive, Room L-600, Arlington, VA 22209. Note: The Post Office does not deliver to 1701 N. Fort Myer Drive.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA12R0364/listing.html)
- Place of Performance
- Address: Worldwide., United States
- Record
- SN02855338-W 20120826/120825001315-b3e4822b651ec9ca4dfbd1683955bc6b (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 |