Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2013 FBO #4172
SOLICITATION NOTICE

C -- National Architecture Support Services Contract (NASSC)

Notice Date
4/25/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural 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-NASSC
 
Archive Date
5/30/2013
 
Point of Contact
Lisa Martin, Phone: 202-283-6909, Bryan Opitz, Phone: 2022831462
 
E-Mail Address
Lisa.S.Martin@irs.gov, Bryan.H.Opitz@irs.gov
(Lisa.S.Martin@irs.gov, Bryan.H.Opitz@irs.gov)
 
Small Business Set-Aside
N/A
 
Description
TIRNO-13-NASSC National Architecture Support Services Contract (NASSC) i.e.a/E Synopsis: The Internal Revenue Service (IRS) requires architectural and engineering services, project monitoring, and technical assistance/support in support of the IRS Real Estate and Facilities Management (REFM) Division, operating divisions/functions and field offices geographically located throughout the United States. The REFM is located within the Chief, Agency-Wide Shared Services (AWSS) and 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. This contract must provide support to REFM in these areas and is known as the National Architecture Support Services Contract (NASSC). 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). Work sites include divisions/functions and their associated territory, area and industry offices, submission processing/customer service sites, several customer service/call sites, computing centers and various posts of duty. The IRS does not desire photographs, art work, sketches, or any such information be submitted in the response. Contract award will be contingent on availability of funds. The procurement is being issued as unrestricted. This acquisition for the specified architect-engineering services is an 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". A one-year-indefinite delivery, indefinite quantity, firm fixed-price contract with four one-year renewal options is anticipated. The maximum to be obligated in each year will be $3,000,000.00 making the maximum value of this contract $15,000,000.00 over its life. The NAICS code for this procurement is 541310 with a small business size standard of $4.5 million. The technical assistance and support, architectural/engineering services, and related special and supplemental studies specified for performance and delivery shall be made only as authorized by task orders issued against the contract in accordance with the Ordering clause. The anticipated start date of any resulting contract is November 2013 The requirement includes architectural and engineering, technical assistance and program support services. The following categories of services are required: SYSTEMS INTEGRATION & TELECOMMUNICATION: The NASSC contractor shall attend meetings, as directed by the IRS, 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 NASSC 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 NASSC contractor shall also be tasked to perform the above functions at the project support level to REFM and field Facilities Management Branch Offices. The NASSC contractor shall implement the projects, tasks and related aspects for site preparation, physical environment issues relating to integration of business units systems as well as be responsible for the telecommunications systems networks linking of IRS offices Service-wide. PROJECT MONITORING: The NASSC 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 NASSC contractor shall provide project monitoring services to include review procedures, milestones and quality assurance measures and standards to the National Office headquarters, operating divisions and functions and their associated territory, area and industry offices, ten (10) submission processing and customer service sites, several customer service and call sites, and three (3) computing centers and various posts of duty in their roles of providing technical assistance, support and services in specific area of expertise on plans, projects and tasks. The NASSC contractor shall develop a Project Management Plan approved by the IRS Contracting Officer for use by the IRS and incorporation in the NASSC 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 the following: COMPREHENSIVE OFFICE PROCEDURES: The NASSC contractor shall establish comprehensive office procedures governing day to day activities of the NASSC 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 Contracting Officer and signed Non Disclosure Agreements. PROGRAM MONITORING: The NASSC 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 NASSC contractor shall review all work for compliance with codes, standards and document coordination and identify nonconformance to the Contracting Officer. The NASSC contractor shall use standardized government contract forms. If there is no appropriate form for the activities, the NASSC contractor shall develop a form, which must be approved by the Contracting Officer. These forms shall comply with the Federal Acquisition Regulation (FAR) and local agency's procurement regulations. The NASSC contractor shall take corrective action when the contract is behind schedule or a milestone has been missed. Corrective action shall also be taken by the NASSC contractor when tests, reviews or inspections identify unsatisfactory work. COST CONTROL: The NASSC 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 ARCHITECTURAL ANALYSIS: The NASSC contractor shall prepare Physical Facilities Architectural Analyses and Studies of National Office headquarters, operating divisions and functions and their associated territory, area and industry offices, ten (10) submission processing and customer service sites, several customer service and call sites, and three (3) computing centers and various posts of duty. The NASSC 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 through Fiscal Year 2017. The NASSC contractor ‘s 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 NASSC contractor shall include the following in the physical facilities A/E analysis development and or validation of facility programming documents; engineering, telecommunications network infrastructure; and operations and maintenance evaluations of the facilities; conceptual engineering studies for expansion and or renovation of the building or new buildings; functional analysis of work flow and organizational relationships; and budget estimates for improvements, expansions or new buildings. It is expected that the physical facilities analysis of each site will be completed in three phases: Phase I: Data collection and generation of various technical, economic, and planning concept options for capital improvements. Phase II: Refinement and narrowing of concept options based on IRS priorities and feedback. Phase III: Generation of a final concept solution and justification of such for GSA, OMB and Congressional approvals and funding. The NASSC contractor shall prepare an Economic Impact Analysis which includes comparisons of cost related to renovation and expansion vs. new construction; leasing vs. ownership; interim and long term capital expenditures, cost benefits, and funding plans. The NASSC 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 NASSC 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: The NASSC contractor shall develop a comprehensive construction monitoring program to provide review and monitoring procedures, milestones and quality assurance review. The NASSC 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 NASSC contractor shall provide technical assistance and site coordination between several IRS specialty contractors required during the completion of the various projects. This shall require 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. Where government furnished material is required, the NASSC contractor shall prepare, identify and select program equipment and systems as well as specify delivery and installation of these materials. This program shall comply with the current applicable FAR and local agency's procurement procedures. OPERATIONS AND MAINTENANCE PROCEDURES: The NASSC 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 equipment maintenance schedules, inventory of properties and equipment, and technical library shall be developed by the NASSC contractor. The NASSC 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. In addition, the NASSC contractor shall monitor and shall advise of the maintainability of the projects and ensure the successful implementation of the Standard Maintenance Program by: Reviewing project plans and specifications for maintainability. Physically checking new or newly renovated facilities and building systems for proper operation and for maintenance problems. This shall be performed (ninety) 90 days prior to final acceptance by GSA and occupancy by IRS.Develop a maintenance contract program for the designated territory manager responsible for implementation. This 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 NASSC contractor shall provide safety, security, and risk analysis recommendations to the REFM at the National Office level, and field facilities management branches at work sites to include National Office headquarters, operating divisions/functions and their associated territory, area and industry offices, ten (10) submission processing/customer service sites, several customer service/call sites, and three (3) computing centers and various posts of duty Service-wide. The NASSC 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 NASSC 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 firm must meet the minimum requirements of the following Qualification Criteria: 1) Have successfully completed or be currently satisfactorily performing work on projects in building design, construction or construction management. This experience must exceed an average of $50M per year in construction value awarded for the last three years and been performed in the name of the firm. 2) Have successfully completed or be currently successfully performing work on projects in which A/E related services in support of a client's mission or program have covered at least the following: Design and Engineering; Program Assistance; Telecommunication; Physical Facilities Analysis; Construction Management; and Other Special and Technical Architecture and Engineering Supplemental Studies. 3) Have offices in at least four 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). 7) Provide proof of the firm's current active professional registration in all 50 states and U.S. territories and have, at a minimum, one (1) registered Architect-Engineer in each of the four (4) required geographic areas as cited. The evaluation criteria listed below in descending order of importance (Note: factors 5 and 6 are equal). 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 Architecture/Engineering Design Services Systems Integration and Telecommunication; Project Monitoring; Physical Facilities Analysis; Construction Monitoring; Operations and Maintenance Procedures; Safety, Security and Risk Analysis; Special Technical and Supplemental Studies; Other services as related to the IRS Real Estate and Facilities Management and internal Architectural/Engineering sites geographically located in the Eastern United States. 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 the following general 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). (Note: As indicated in the Qualification Criteria, firms must have offices in at least four of these areas. 6) Provide proof of the firm's current active professional registration in all 50 states and U.S. territories and have, at a minimum, one (1) registered Architect-Engineer in each of the four (4) required geographic as cited). 7) 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 will also be evaluated on efforts to provide opportunities to small businesses, small disadvantaged businesses and small women-owned businesses. Firms must 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 must be contingent on the submission of an acceptable subcontracting plan. Selection may be based on the qualification statement and evaluation criteria, and/or interviews that may be held. Responses must include 3 copies of the SF 330 Part I and Part II for any consultants (dated and signed by an official within the past twelve months). 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-NASSC National Architectural Support Services Contract (NASSC)" and must be received by 11:59TIME PM Eastern Daylight Savings Time, May 15, 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, 5th 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/TIRNO-13-NASSC/listing.html)
 
Place of Performance
Address: 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745, United States
Zip Code: 20745
 
Record
SN03045506-W 20130427/130425234537-d3c2eb46058c593fe5642fa8aedea830 (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.