Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2013 FBO #4138
MODIFICATION

C -- National Engineering Support Services Contract (NESSC)

Notice Date
3/22/2013
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
 
ZIP Code
20745
 
Solicitation Number
TIRNO-13-NESSC
 
Archive Date
4/10/2013
 
Point of Contact
Timothy A. Whitaker, Phone: 2022832746, Lisa Martin, Phone: 202-283-6909
 
E-Mail Address
timothy.a.whitaker@irs.gov, Lisa.S.Martin@irs.gov
(timothy.a.whitaker@irs.gov, Lisa.S.Martin@irs.gov)
 
Small Business Set-Aside
N/A
 
Description
TIRNO-13-NESSC National Engineering Support Services Contract (NESSC) i.e. a/E SYNOPSIS: The Internal Revenue Service (IRS) requires architectural and engineering services, project monitoring, technical assistance and support for the IRS Real Estate and Facilities Management (REFM) Division, National Office headquarters, business units divisions/functions and their associated territory, area and industry offices, ten (10) submission processing/customer services sites, several customer services sites, and three (3) computing centers and various posts of duty Servicewide. REFM serves as the IRS focal or central point dealing with the planning, coordinating, directing and implementing of all projects and tasks which affect real estate and personal property under the business units. Support to REFM in these areas will be known as the National Engineering Support Services Contract (NESSC). The geographic locations are: Midwest (ID, MT, WY, UT, CO, ND, SD, NE, KS, OK, MN, IA, MO, AR, WI, IL, TX), West Coast (AK, HI, CA, OR, WA), Southwest (NM, AZ, NV ), Central and Ohio Valley (OH, MI, IN, KY, TN), Southeast (NC, SC, GA, FL, AL, MS, LA, PR, Virgin Islands), Mid-Atlantic (PA, NJ, DE, MD, VA, DC, WV) and Northeast (ME, NH, VT, MA, RI, CT, NY). This acquisition for the specified architect-engineering services is Unrestricted, Full and Open Competition and will be procured in accordance with FAR Part 36 "Construction and Architect-Engineer Contracts, Subpart 36.6 "Architect-Engineer Services". An Indefinite Delivery Indefinite Quantity, IDIQ, Firm Fixed Price, FFP contract with a base year and four one year option periods is anticipated. The maximum value to be obligated in each year will be $3,000,000.00 making the maximum value $15,000,000.00 over the contract life. The NAICS code for this procurement is 541330 with a small business size standard of $4.5 million. The architectural and engineering services, project monitoring, technical assistance and program support services exclusive of Federal Information processing and related support services specified for performance and or delivery shall be made only as authorized by Task Orders issued under the contract in accordance with the Ordering Clause contained in the contract. The anticipated start date of any resulting contract is October 2013 The requirement includes architectural and engineering, technical assistance and program support services. The following categories of services are required: HVAC AND ELECTRICAL ENGINEERING DESIGN SERVICES: The NESSC contractor shall provide architectural and engineering (a/E) design services to support the REFM and field Facilities Management Branch Offices in its responsibilities for implementing all projects, tasks and related professional services for the IRS. These architectural and engineering services are associated with design, repair, alteration, construction, and requirements and specifications for the acquisition and maintenance of real property. These activities are supporting the implementation and installation of space and facilities requirements. In support of the stated activities, the NESSC services will include but are not limited to the following: Investigations and Studies; Analysis and evaluations; Conceptual Designs; Plans and Specifications; Cost Estimates; Standards and Guidelines; Inspections; Shop Drawing Reviews; Standards for Evaluating Deliverables; Recommendations for Selections and Approvals; Preparation of Operating and Maintenance Manuals; Requirements and Specification for Maintenance Contract Services; and Other related services. The General Services Administration (GSA) will review and contract for the construction work and the IRS and the NESSC contractor shall inspect the completed construction work on behalf of IRS. IRS may accept work based on the NESSC contractor's recommendations. The IRS with technical assistance from the NESSC contractor shall have the flexibility to select the method and or approach toward planning and implementing projects and tasks within the scope and parameters as set by various IRS Policy-Governing Boards. The NESSC contractor shall provide planning, designing, and evaluating IRS's facilities for engineering requirements. The following performance activities are required but is not limited to the following areas: Facility engineering requirements analysis; facility engineering planning; Facility engineering pre-design services; Facility engineering design services; Technical requirements for solicitation of construction bids; Construction contractors bid technical evaluation services; Site preparation support services; Facility inspection; Test and evaluation support; Physical, safety and security analysis and design; Facilities risk analyses and contingency planning; Take part in technical meetings and reviews, and make recommendations; Quality assurance and control; Performance measurement, assessment and tracking; and Other related services. SYSTEMS INTEGRATION & TELECOMMUNICATION: The NESSC contractor shall attend meetings with the IRS Integration Support Contractor who is under contract to the Chief Information Officer, Information Systems (IS) whenever buildings are being renovated for these systems. The responsibilities under the NESSC contractor shall be to function as a technical resource to REFM and the IS organization by: developing, planning, budgeting, scheduling, reviewing and monitoring the implementation of projects, tasks and related aspects for site preparation and physical environment issues for the IRS Service-wide. The NESSC contractor shall also be tasked to perform the above functions at the project support level to REFM and field Facilities Management Branch Offices in the implementation of projects, tasks and related aspects for site preparation and physical environment issues relating to integration of business units systems and telecommunications systems networks linking of IRS offices Service-wide PROJECT MONITORING: The NESSC contractor shall provide architectural and engineering (a/E) project monitoring support services to the REFM in their primary role of providing technical assistance, support and services to other operational, planning and resources project management offices or groups within IRS on plans, projects and tasks affecting space and facilities, its physical environments, organization and operations through the duration of this contract. The NESSC contractor shall provide project monitoring services to include review procedures, milestones and quality assurance measures and standards Service-wide. The NESSC contractor shall develop a Project Management Plan for use by the IRS and incorporation in the NESSC for the long term responsibilities, functions, and actions. The Project Management Plan shall include, but not be limited to operations planning, construction contract monitoring and review, milestones, cost control, scheduling, performance and quality assurance criteria and standards. The Project Management Plan shall at a minimum include comprehensive office procedures governing day to day activities of the NESSC contractor. This includes general correspondence, response to technical inquiries, personnel management, work assignments, time keeping, purchasing, document control system, quality control and communications with the Contracting Officer. Security to prevent disclosure of procurement sensitive and proprietary information shall be strictly enforced by the NESSC. The NESSC contractor shall provide program review and monitoring procedures to ensure quality control and assurance and contract compliance. Areas of major controls shall include but not be limited to monitoring schedules, milestones, quality standards, monitoring site acquisition process, specifying and scheduling delivery of government furnished supplies and equipment. The NESSC contractor shall review all work for compliance with codes, standards and document coordination and identify nonconformance to the Contracting Officer. The NESSC contractor shall develop and maintain a cost review system which shall provide updated budget and cost estimates by project or task classification categories for the duration of the project. The cost review system shall produce a baseline cost study with comparative cost estimates covering variations in comparison with the budget for the project and or task orders. PHYSICAL FACILITIES ENGINEERING ANALYSIS AND STUDIES: The NESSC contractor shall prepare Physical Facilities Engineering Analyses and Studies of IRS facilities. The NESSC contractor shall provide the IRS proper documentation regarding the physical status of the IRS facilities and the technical and program requirements to upgrade these sites to the level of service required to meet the IRS initiatives schedules addressing space and organizational culture needs. The analyses and studies shall address the physical a/E issues of the facilities (functional and environmental); economic aspects of the projects (leasing vs. ownership option analysis); interim and long term improvements related to the facilities; and systems integration requirements related to tax administration, telecommunications wire management, security, and fire/life safety. The NESSC contractor shall prepare an Economic Impact Analysis which includes comparisons of cost related to renovation and expansion vs. new construction; leashing vs. ownership; interim and long term capital expenditures, cost benefits, and funding plans. The NESSC contractor shall prepare Human Factors Analysis which deals more with qualitative issues of the physical environment than with quantitative worker productivity issues. The analysis shall focus on interior design; artificial lighting levels and natural day lighting space utilization rates; provision of day care and health amenities; fire and life safety, and the general quality of life as well as the impact of moving to a "paperless" work environment. The analysis shall consider the implications of retail shops for employee benefits. Detailed inventory of furniture and furnishings of the facilities may be included in this analysis as well as redesign of furniture and equipment to meet the needs of a "paperless" work environment. The NESSC contractor shall prepare space and site preparation requirements studies for systems integration related to the business units programs, projects and tasks targeted for sites as prototype, test or operational components, subsystems or integration of existing and new systems; all initiatives, projects and tasks with the systems integration space and facilities needs, interim revisions, and site preparation of a new telecommunications local area network (LAN) and any of its system, main telecommunication distribution and terminal system, riser system, riser terminal system, horizontal distribution systems, data and voice communication components and outlets, adapters, as well as interface electronics, component connectors and wire management; all initiatives, projects and tasks associated with integration, interim revisions and site preparation of new security, fire and life safety systems and studies, evaluations and technical assistance to IRS on national or site generated initiatives, projects and tasks that may affect the business units objectives, schedules, and implementation plan. CONSTRUCTION MONITORING SERVICES: The NESSC contractor shall develop a comprehensive construction monitoring program to provide review and monitoring procedures, milestones and quality assurance review. The NESSC contractor serves as a technical resource in construction contract monitoring services and post construction services for new construction, renovations, new lease acquisitions and site preparation work. Areas of major contract actions shall include but are not limited to monitoring, inspecting, and reviewing the progress of projects and tasks to achieve the highest quality product in the shortest possible time at the lowest reasonable cost. The NESSC contractor shall provide technical assistance and site coordination between several IRS specialty contractors required during the completion of the various projects. Activities include coordinating the timely installation of such features as access flooring systems, computers and associated components, telecommunications systems, other building components and systems and security and life safety systems. OPERATIONS AND MAINTENANCE PROCEDURES: The NESSC contractor shall provide operations and maintenance procedures and shall develop equipment and preventive maintenance programs to meet the maintenance program requirements recommended by the equipment manufacturers. The NESSC contractor shall develop equipment maintenance schedules, inventory of properties and equipment, and technical library. The NESSC contractor shall develop statements of work, contract drawings and specification documents to be incorporated into construction or lease contracts so that these items shall be available for inclusion into a comprehensive maintenance program. The NESSC contractor shall monitor and shall advise of the maintainability of the projects and ensure the successful implementation of the Standard Maintenance Program. The NESSC contractor shall develop a maintenance contract program for the designated territory manager responsible for implementation which includes but is not limited to technical review of maintenance contractor proposals, follow-up training in preventive maintenance procedures, determining priorities for maintenance, and parts stockage. SAFETY, SECURITY AND RISK ANALYSIS: The NESSC contractor shall provide safety, security, and risk analysis recommendations to the REFM. The NESSC contractor shall work with the IRS and with designated IRS safety, security, and risk managers to the develop, review, and prepare the issuance of guidelines, standards, specifications and manuals; evaluations and inspections of existing facilities and buildings; and the planning, scheduling, budgeting and implementation of safety, security and risk analysis systems and programs Service-wide. Requirements include but are not limited to providing for safety, security, and disaster recovery plans in various work efforts and various disciplines, including procedural, physical, technical and national; security and disaster recovery requirements for communications, documents and media retention or destruction; failsafe physical and environmental systems; guidelines and procedures for developing a comprehensive single handbook or manual deliverables encompassing safety, security and disaster recovery in the various building, designs and construction elements related to recovery of space, functional relationships, location and operational requirements; and in security and disaster recovery quality assurance and control systems and programs in IRS offices. SPECIAL TECHNICAL AND SUPPLEMENTAL STUDIES : The NESSC contractor shall prepare special technical and supplemental studies for the IRS. The services and studies shall be performed by those who have specialized training, experience, skills, background and knowledge related to the IRS long term responsibilities, functions and actions necessary for successful planning and accomplishment of IRS' business units objectives. Requirements include, but are not limited to, providing renderings and models; life cycle cost analysis; environmental monitoring of air, water, noise and other components of the environment; special furniture, equipment and furnishings designs; facilities program related computer applications; material and systems testing; still photography; time and motion videotape studies; sociological environmental handling; real estate; traffic, transportation and parking; academic analysis studies; evaluation and recommendations on methods; requirements criteria and delivery of lease space and facilities built for IRS occupancy through GSA's Solicitation for Offers (SFO) procurement documents and alternatives. The professional architect and engineer firm must meet the following minimum requirements Qualification Criteria: 1) Have successfully completed or be currently satisfactorily performing work on projects in building design, construction or construction management. 2) Have successfully completed or be currently successfully performing work on projects in which architectural and engineering related services in support of a client's mission or program for services as stated in this notice. 3) Have offices in four (4) of the following geographic areas: Midwest (ID, MT, WY, UT, CO, ND, SD, NE, KS, OK, MN, IA, MO, AR, WI, IL, TX), West Coast (AK, HI, CA, OR, WA), Southwest (NM, AZ, NV ), Central and Ohio Valley (OH, MI, IN, KY, TN), Southeast (NC, SC, GA, FL, AL, MS, LA, PR, Virgin Islands), Mid-Atlantic (PA, NJ, DE, MD, VA, DC, WV) and Northeast (ME, NH, VT, MA, RI, CT, NY ). 4) Provide proof of the firm's current active professional registration in all 50 states and U.S. territories as shown in the geographic areas cited and have, at a minimum, one (1) registered Architect-Engineer in each of the four (4) required geographic areas cited. The evaluation criteria are as follows: The evaluation factors are listed in descending order of importance. Factor 5 and Factor 6 are equal in order of importance. 1) Professional qualifications necessary for satisfactory performance of the required services. The qualifications, including experience, professional registration, and education for the key individuals (in support of this contract) proposed by the prime and subcontractor/consultants will be evaluated under this criteria. 2) Specialized experience and technical competence in the type of work required. Type of work includes Architectural Design Services, Systems Integration & Telecommunication, Project Monitoring; Physical Facilities Analysis, Construction Monitoring, Operations and Maintenance Procedures, Safety Security and Risk Analysis, and Other Special Technical and Supplemental Studies. Other services include experience in energy conservation, pollution prevention, waste reduction, and the use of recovered material. The experience of the firms (prime and all other team members) proposed and firm's experience with large, multi-task order nationwide contracts will also be evaluated. 3) Capacity to accomplish work in the required time. This factor includes an evaluation of the firm's ability to respond to and process multiple task orders for various IRS offices in the geographic areas. This factor also includes an evaluation of the firm's current corporate management structure and the proposed organizational structure to execute the work under this contract to include assigned responsibilities, communication flows, and flow of authority lines within and between the organizations in the team. 4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 5) Location of offices in at least four (4) of the following geographic areas: Midwest (ID, MT, WY, UT, CO, ND, SD, NE, KS, OK, MN, IA, MO, AR, WI, IL, TX), West Coast (AK, HI, CA, OR, WA), Southwest (NM, AZ, NV ), Central and Ohio Valley (OH, MI, IN, KY, TN), Southeast (NC, SC, GA, FL, AL, MS, LA, PR, Virgin Islands), Mid-Atlantic (PA, NJ, DE, MD, VA, DC, WV) and Northeast (ME, NH, VT, MA, RI, CT, NY). 6) Firms indicating that subcontracting and outside consultants will be used in performing work will also be evaluated on subcontracting plans. Additionally, firms indicating subcontractors and outside consultants will be used and will also be evaluated on their efforts to provide opportunities to small businesses, small disadvantaged businesses and small women-owned businesses. Firms shall submit a supplemental narrative outlining current or planned outreach efforts to small firms and what actions will be taken to ensure small business participation in this acquisition. Contract award is contingent on the submission of an acceptable subcontracting plan. Selection will be based on the qualification criteria, evaluation criteria, and / or interviews that may be scheduled and held. RESPONSES MUST INCLUDE: Hard Copy :1 Original inclusive of original signatures as required and 4 Duplicate-original copies of the Standard Form 330, Part I "Qualifications for a Specific Contract" and PART II "Architect-Engineer Qualifications" for any consultants (dated and signed by an official within the past twelve months). Electronic Copy : 1-Compact Disc Read Only Memory, CD-ROM of Original-Hard Copy. The Standard Form 330 can be found at www.gsa.gov, forms library. Specifically, SF 330 PART I "Qualifications for a Specific Contract" AND PART II "Architect-Engineer Qualifications" apply. RESPONSES MUST BE SUBMITTED AS FOLLOWS: Responses must be clearly marked on the outside cover with "TIRNO-13-NESSC National Engineering Support Services Contract (NESSC)" and must be received by 12:00TIME PM Eastern Standard Time, March 26, 2013 at the following address: Internal Revenue Service ATTN: Lisa Martin, Contracting Officer (OS:A:P:B:A:A), One Constellation Centre, 6009 Oxon Hill Road, 5 th Floor, Oxon Hill, MD 20745. NO ORAL COMMUNICATION WILL BE ACCEPTED. RESPONSES "MUST INCLUDE " AND RESPONSES "MUST BE SUBMITTED" INFORMATION AND INSTRUCTION FOR PREPARATION AND SUBMITTAL OF THE OFFER SHALL BE FOLLOWED AS STATED IN THIS NOTICE FOR THE OFFER TO BE ACCEPTABLE. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2013-03-20 12:08:03">Mar 20, 2013 12:08 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2013-03-22 15:16:04">Mar 22, 2013 3:16 pm Track Changes ****This second modification is to extend the proposal response due date to Tuesday, March 26, 2013 12:00pm EST. The original response date had to change to the building being closed at the end time of the original response date.**** The purpose of this modification is to address the following questions: 1. Can you confirm that this opportunity is unrestricted, full and open? Yes. This acquisition for the specified architect-engineering services is Unrestricted, Full and Open Competition and will be procured in accordance with FAR Part 36 "Construction and Architect-Engineer Contracts, Subpart 36.6 "Architect-Engineer Services". (See paragraph 2 of Synopsis) 2. Please confirm the small business size standard is $4.5 Million. Our understanding was that the small business size standard was increased to $14 Million for small businesses with the NAICS code 541330. The small business size standard for NAICS 541330 is $14 million. 3. What are the small business/disadvantaged business, etc. goals for this opportunity? For offerors that are not small business concerns, the Depart of the Treasury has established small business subcontracting goals to assure small businesses receive a fair proportion of Treasury awards. The small business subcontracting goal for this procurement is 52%. The following represents the subcontracting goals for the remaining socio-economic programs: Small Disadvantaged Business: 5%; Women-Owned Small Business: 5%; HUBZone Businesses: 3%; and Service Disabled Veteran Owned Small Business: 3%. While Treasury does not have a specific target for subcontracting with Veteran-Owned Small Businesses, this must be addressed in any subcontracting plan. The Plan must be expressed in both percentages and dollars. 4. Is there a page limit for the Qualifications packet? What about page size and font size? "RESPONSES MUST INCLUDE: Hard Copy:1 Original inclusive of original signatures as required and 4 Duplicate-original copies of the Standard Form 330, Part I "Qualifications for a Specific Contract" and PART II "Architect-Engineer Qualifications" for any consultants (dated and signed by an official within the past twelve months). Electronic Copy: 1-Compact Disc Read Only Memory, CD-ROM of Original-Hard Copy." (Please follow the response instructions in the Synopsis). Electronic signatures are acceptable. 5. Do all subconsultants also need to be licensed in the geographic areas listed in the synopsis? Or is it just the Prime that needs to be licensed in those geographic areas? The primary contractor is the responsible party.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/TIRNO-13-NESSC/listing.html)
 
Record
SN03018731-W 20130324/130322234425-aff800683ba01875d50b13795a846e23 (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.