MODIFICATION
C -- A&E IDIQ Contract for A&E Design Support
- Notice Date
- 2/5/2013
- Notice Type
- Modification/Amendment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
- ZIP Code
- 20237
- Solicitation Number
- BBG50-Q-13-4330RJ
- Archive Date
- 2/15/2013
- Point of Contact
- Rachel E Johnson, Phone: 202-382-7847, Gary C Hosford, Phone: 202.382.7843
- E-Mail Address
-
rjohnson@bbg.gov, ghosford@bbg.gov
(rjohnson@bbg.gov, ghosford@bbg.gov)
- Small Business Set-Aside
- N/A
- Description
- Amend#2 (2/5/2013): This Amendment contains the following 2 items: (1) Clarify how BBG/IBB will evaluate each Offeror (see ** below) and (2) include Answers to Questions from Offerors. Questions & Answers: Offeror Question No. 1: Are the A/E services required by BBG for only those locations given as examples or are there more locations? BBG Answer No. 1: Those are examples. Offeror Question No. 2: Is DC work at BBG's HQ also a potential location of work? Or is it only that the A/E needs to be in DC to work with BBG servicing remote locations? BBG Answer No. 2 : A&E does not need to be in DC, but please be advised there may be project meetings held in DC. Offeror Question No. 3 : In "(2) Prepare Statement of Work, drawings and specifications;" is BBG looking for drawings to be prepared for local contractors and/or US contractors sub-contracting locals to bid on? Therefore drawings are metric? specs are ASTM? or local standards that comply with local codes / construction practices? BBG Answer No. 3: Project procurements follow all requirements of the FAR and are open to both local and US Contractors. The services provided by the A/E must represent the best industry design standards and practices, and conform to all U.S. codes. Local standards or codes, where they meet or exceed applicable U.S. standards, may be substituted. Metric units, as used in the International System of Units (SI), or U.S. Standards will be used depending on the defined requirements for each individual project or Task order. The specifications shall be prepared in Construction Specification Institute (CSI) format. Offeror Question No. 4: What are the duration of the projects - on average to know how much/how long construction support services are required? BBG Answer No. 4: It varies due to the complexity of the project. It is unknown at this time. Offeror Question No. 5: Is this solicitation remaining "full & open"? BBG Answer No. 5: Yes; the Contracting Officer has determined there is not a reasonable expectation of obtaining offers from two or more responsible small business concerns that are competitive in terms of market prices, quality, and delivery. Offeror Question No. 6: We request an extension to allow us to analyze your answers to our questions. BBG Answer No. 6: The proposal due date is not extended and remains February 14, 2013 @ 2pm. -------------------------------------------------------------------------------------------- Amend#1 (1/8/2013): Corrected Maximum FROM $150,000 TO Correct Amount of $500,000. See Below. -------------------------------------------------------------------------------------------- The Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB) based in Washington, DC has a requirement for Architect-Engineer Planning (A/E) and Design services related to Broadcast System design, maintenance, repair, alteration, and facility construction projects at various IBB Transmitting Stations (e.g., Greenville, NC; Germany; Kuwait; Botswana; Sao Tome; Sri Lanka; the Marianas; the Philippines; and Thailand.) Design projects will be of a general nature involving the design, maintenance, repair, alteration, construction, and installation of various broadcast systems, power generation, satellite facilities, water-sewage treatment, electrical, security, fire protection, fuel storage, HVAC, civil, and building systems in support of broadcasting facilities. The A/E firm(s) selected shall be required to: (1) Perform site surveys and condition assessment, compare alternatives, and recommend design solutions; (2) Prepare Statements of Work, drawings and specifications; (3) Prepare construction cost estimates and schedules; and (4) Provide post-award construction support services. (**) The BBG/IBB will evaluate each Offeror for this proposed A/E work in accordance with the U.S. Federal Acquisition Regulation (FAR) Subpart 36.602-1 (Selection of Firms for Architect-Engineer Contracts, Selection Criteria), using the following six (6) evaluation criteria, criteria number one (1) is more important than each of the remaining five (5) criteria, which are indicated here in descending value in their order of importance: (1) Professional qualifications necessary for the satisfactory performance of the required services i.e., mix and depth of engineering disciplines available in the firm. At a minimum, firms MUST HAVE immediate access to the following disciplines: Architectural; Civil/Structural; Mechanical/HVAC; Electrical; Fire Protection; Environmental; and Electronic (to include satellite and telecommunication facilities) engineering; (2) Specialized overseas technical experience and technical competence (including use of recovered materials and achieving waste reduction and energy efficiency in facility design) in the maintenance, repair, alteration, construction, and facilities condition assessment of Broadcast Systems, power generation, water-sewage, security, fire protection, satellite systems, and fuel handling/storage; (3) Capacity to accomplish work in accordance with project schedules; (4) Degree of successful past performance on Government agency and private sector contracts in terms of cost control, quality of work, and compliance with standards and performance schedules, provide references with both project and contact information; (5) Proposed method of communication/data transfer with IBB Office of Engineering in Washington, DC. None of the above-stated work or locations represents IBB firm requirements, but the selected firm(s) must be able to perform engineering investigation, analysis, design, and construction support services for the above-stated types of projects and locations in order to be considered for this proposed A/E contract; and (6) Demonstrated capability to accomplish A/E work in various overseas geographic areas. The minimum amount of annual services is $25,000 for all tasks while the maximum amount is not expected to exceed $500,000 per year. The contract will include four (4) yearly options with the same estimated maximum and minimum contract dollar amounts per year. This proposed A/E contract is being solicited, and will be awarded, on an unrestricted (full and open) Basis. Firms desiring to be evaluated for this proposed A/E design and related services work are invited to submit: (1) A Standard Form 330 Parts I & II, Architect-Engineer and Related Services Questionnaire; and (2) Any data demonstrating the firm's capabilities in the six (6) above-stated A/E evaluation criteria (e.g., reference listing of previous customers, listing of professional recognition/awards, and staff resumes) not later than 2:00PM ET, Thursday, February 14, 2013, to the BBG/IBB, Office of Contracts, Attn: Ms. Rachel E. Johnson, Switzer Building, Room 4300, 330 C Street, SW, Washington, DC 20237. No electronic or fascimile copies will be accepted. Following an initial evaluation of the qualification and performance data submitted, discussions may be held with the three (3) most highly qualified firms to provide the type of services required. Selection of firms for such discussions shall be done through an order of technical compliance using the six (6) above-stated evaluation criteria. Interested firms should note that a Standard Form 330 (Architect-Engineer and Related Services Questionnaire) is available via the following Web page address: http://www.gsa.gov/forms/. The Government will make multiple awards of Indefinite Delivery/Indefinite Quantity (IDIQ) contract(s), each with Task Orders individually negotiated for a firm-fixed price. ANY questions related to this proposed acquisition shall be submitted in writing and shall be sent directly and only to the Contracting Officer, Rachel E. Johnson, via e-mail at rjohnson@bbg.gov. All responsible sources shall be considered by the BBG/IBB. All written requests for information regarding this requirement shall include company name, mailing address, point of contact, telephone number, and facsimile number.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-13-4330RJ/listing.html)
- Place of Performance
- Address: Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
- Zip Code: 20237
- Zip Code: 20237
- Record
- SN02979754-W 20130207/130205234334-d6ef3aba6938a440131d281c7e9f8d8d (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 |