Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 23, 2013 FBO #4382
SOLICITATION NOTICE

C -- Architect and Engineering Services Contracts for USPFO-Tennessee is synopsized unrestricted. 12/18/2013 Qualification Submissions.

Notice Date
11/21/2013
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W9122L7-14-R-0001
 
Response Due
12/18/2013
 
Archive Date
1/20/2014
 
Point of Contact
teresa.a.baxter.civ@mail.mil, 615.313-2658
 
E-Mail Address
USPFO for Tennessee
(teresa.a.baxter.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Indefinite Delivery/Indefinite Quantity Architect and Engineering Services Contract. The United States Property and Fiscal Office (USPFO), Tennessee National Guard, intends to award four firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Services contracts. This announcement is being solicited as unrestricted. Small business size standard is $14.0 Million for NAICS 541330. The Point of contact for this announcement is Teresa Baxter. Submit questions to teresa.a.baxter.civ@mail.mil CONTRACT INFORMATION: The work requires multi-discipline professional A-E services for various projects throughout the State of Tennessee for the Tennessee Air National Guard/Tennessee Army National Guard. The services provided are to be conforming to the Brooks Act (PL) 92-582. The selection of a firm is not based upon competitive bidding procedures, but rather the process for A-E firm selection described in Federal Acquisition Regulation (FAR) 36 using the competitive ranking of firms based upon the professional qualifications necessary for the performance of the required services, as more fully set forth in the selection criteria. The competitive ranking will be followed by a negotiation with the most highly ranked firms and continuing to lower ranked firms only. If satisfactory terms are not reached with the preferred firm as described in FAR 36.606 the next conforming firm will be contacted for negotiation. The A-E firm must be capable of responding to and working on multiple task orders concurrently. All firms responding to this announcement are cautioned to review FAR 9.5 - Organizational and Consultant Conflicts of interest; and FAR 36.209 - Construction Contracts with Architect-Engineer firms. The United States Property and Fiscal Office (USPFO) for Tennessee intends to award four (4) Firm-Fixed-Price Architect-Engineer (A-E) Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts, with Options, for support of National Guard activities throughout the State of Tennessee (Tennessee Air National Guard/Tennessee Army National Guard). The A-E IDIQ contract will be established for a base period of one (1) year with options exercisable for four (4) successive one (1) year option periods. A one-time minimum guaranteed amount for the contract is $1,000.00; and a cumulative $10 Million ceiling will apply for the duration of the contract with a $1,000,000 limit on individual Task Order except in unusual circumstances and approved by higher headquarters up to $750,000. There is no minimum guarantee for the option years or extensions. Firm-Fixed-Price (FFP) Task Orders are anticipated to be awarded against the A-E IDIQ contract. The Government anticipates that this announcement will result in the award of four contracts to provide services to support locations/activities on a statewide basis. Offerors will note that there will be no travel paid on any of the resulting task orders; exceptions will be specifically authorized by the contracting officer and only in very unusual circumstances. DUTIES: Work will involve a broad variety of investigative, design and construction monitoring services (Types A, B, and C services respectively), in accordance with applicable Army, Air Force and National Guard regulations/standards for facility design and construction and miscellaneous other services which include, but are not limited to: Investigative, design and/or monitoring services for design-bid-build and criteria consultant services for design-build projects pertaining to repair, maintenance, alteration or new construction of facilities and aviation-related structures; scope development, design criteria and conceptual designs; feasibility and planning studies; field investigations; plans and specifications; historical preservation and archaeological services, studies and reports; topographic subsurface investigation and other surveys; anti-terrorism/force protection; space planning and interior design; construction cost estimating; quality control; asbestos and lead-based paint assessment and abatement; building evaluation reports; construction management; life safety studies; fire protection measures; life cycle cost analyses; landscaping design; miscellaneous design and problem analyses; independent technical review of product submittals; and on occasion, participation in peer review processes and source selection boards. Designed projects will incorporate but are not limited to applicable sustainable design methods and practices in accordance with EPACT 2005 (or current regulation) and ANG Sustainable Design and Development policies. DISCIPLINES: The work will require primarily architectural; mechanical, electrical, civil and structural engineering; cost estimating; and specification writing services, but may also necessitate, but is not limited to geotechnical, toning/subsurface mapping, environmental, fire protection, historic preservation and archaeological monitoring and surveying services and the services of an industrial hygienist, space planner/interior designer, landscape architect or designer, construction manager/inspector, USGBC LEED accredited professional, Registered Communications Distribution Designer, and professionals other disciplines with specialized experience. SELECTION CRITERIA; FAR 36.602-1(a): Failure of a firm to address the specified qualifications will result in the incontrovertible determination that the contractor's proposal is non-compliant with the submission requirements. Firms will be evaluated on the following factors and A&E selection criterion, included in descending order of importance: (1)PROFESSIONAL QUALIFICATIONS necessary for satisfactory performance of required services. Address professional qualifications by education, training, registration, certifications, overall and relevant documented specialized experience of key individuals in the discipline of Architecture; Mechanical, Civil, Electrical, and Structural Engineering; and Interior Design. (2)SPECIALIZED EXPERIENCE and technical competence in the type of work described in CONTRACT INFORMATION and DUTIES, including experience in energy-efficient products and services, products and services that utilize renewable energy technologies, waste reduction, environmentally preferable products and services, and use of recovered/recycled materials. (3)CAPABILITY TO ACCOMPLISH the work in the required time. Discuss ability to meet the potential of working on multiple task orders at one time. Address your ability to sustain the loss of key personnel yet accomplish the work within required times. Address your management approach, organizational flow chart showing the inter-relationship of management and various team components, management and coordination of disciplines and subcontractors, and quality control procedures. Address your capability to furnish drawings in CADD format; text documents in Microsoft Office format; and specifications as an Adobe Acrobat PDF file. (4)PAST PERFORMANCE on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. List, but do not submit, no more than five (5) actual copies of recent awards, commendations or other superior performance indicators. (5) OFFICE LOCATION (of the company performing the work) in the general geographical area must be located in one of the three designated areas in the State of Tennessee, West, East and Middle Tennessee. Office location(s) are required in the area of application. One for West, One for East, one for Middle and the last consideration requires the contractor to include an in-depth description and plan to reach all areas in the State of Tennessee to perform work. All contract work associated with these awards will be performed within the State of Tennessee. Address specific knowledge of Tennessee topography and soil conditions, weather conditions, and knowledge of State of Tennessee local building codes and practices. (6)VOLUME OF WORK performed in the previous 24 months under contracts awarded by Department of Defense. SUBMISSION REQUIREMENTS: THIS IS NOT A REQUEST FOR PROPOSALS. Interested Architect-Engineer firms having the capabilities to perform the anticipated work are invited to submit two (2) completed and bound paper copies of their SF 330 (Parts 1 and II) (Architect-Engineer Qualifications) and one complete electronic copy of all documents, parts I, parts II, and all other submittals labeled properly on CD/DVD (writable). The CD/DVD will not substitute for the hard copy submission. The CD/DVD must be writable and properly formatted before adding documents. Submitting firms are to include the DUNS number along with the name of the firm in Block 5 of the SF 330, Part 1, Section B. FONT SIZE will be at least 10 pitch on white letter-sized paper (8-1/2 inches by 11 inches), limited to 20 double-sided sheets, stapled, fastened or bound. Do NOT furnish design portfolios, prints, magazines, newspaper clippings and/or CDs of completed projects. Provide a DD Form 254 for each SF330 entry (keep the completed form directly behind the applicable SF330). Guide for DD254 can be found, at: http://www.cdse.edu/documents/cdse/DD254.pdf. Indicate on one page by itself at the end of PART II, if the offering company has had a DCAA Contract Audit. If the answer is yes provide the date of the last review, findings, and any corrections made (Do not provide the Audit itself. The most highly rated companies may be asked in solicitation to provide documentation if applicable.). The Defense Contract Audit Agency (DCAA) manual can be found at: http://www.dcaa.mil/cam/Chapter_04_-_General_Audit_Requirements.pdf. Submission Cover letters and or extraneous materials are NOT desired and WILL NOT be considered by the selection boards. Visiting bases or the contracting office for the purpose of discussing this announcement or any part of the Submittal are not be allowed. All requirements of this notice must be met for a firm to be considered responsive. Solicitation packages will not be provided. Qualification submissions must be received no later than 3:00:00 p.m., Central Time, on December 18, 2013. Submission may be hand-carried to the USPFO-TN Purchasing & Contracting Office 3041 Sidco Drive, Hugh B. Mott Building, Suite 202, Nashville, Tennessee 37204. The government is not responsible for any contractor that cannot gain entrance on base to deliver their qualifications/submittals. Arrive early enough to have security complete process for entrance. Facsimile transmissions will not be accepted. Late proposal rules in FAR 15.208 will be followed for submissions received after 4:00:00 p.m. Central Time on the closing date specified in this announcement. No other general notification to firms under consideration for this project will be made. All information relating to this synopsis, including pertinent changes/amendments and information prior to the date set for receipt of AE Qualification Submission will be posted on the following website: https://www.fbo.gov. To be eligible for contract award, a firm must be registered System for Award Management (SAM). Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. Contractors must provide DUNS number to register. Instructions for registering are on the SAM web page. Firms should be registered well in advance of the closing date for submission of the SF 330 as the process should be expected to take 3 - 5 days.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W9122L7-14-R-0001/listing.html)
 
Place of Performance
Address: USPFO for Tennessee P.O. Box 40748, Nashville TN
Zip Code: 37204-0748
 
Record
SN03238804-W 20131123/131121234137-3575850552cc8f2f0e93532ea5ec7fae (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.