Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 01, 2014 FBO #4572
SOLICITATION NOTICE

R -- DESIGN SERVICES

Notice Date
5/30/2014
 
Notice Type
Presolicitation
 
NAICS
541410 — Interior Design Services
 
Contracting Office
Department of the Treasury, Comptroller of the Currency (OCC), Acquisition Management (AQM), 250 E Street, SW, Mail Stop 4-13, Washington, District of Columbia, 20219
 
ZIP Code
20219
 
Solicitation Number
CC-14-HQ-R-0012
 
Archive Date
8/12/2014
 
Point of Contact
Kimberly M. Choplin, Phone: 2026496602
 
E-Mail Address
kimberly.choplin@occ.treas.gov
(kimberly.choplin@occ.treas.gov)
 
Small Business Set-Aside
N/A
 
Description
The Office of the Comptroller of the Currency (OCC) plans to issue a Request for Proposal (RFP) for Interior Design Architectural Services to include pre-programming, space programming, space planning, preliminary design, design, furniture specification, construction documentation, specification, construction administration, and general consulting services in areas that impact the work environment. These services are required for all OCC office space. The OCC is headquartered in Washington, DC (approx. 700,000 sq. ft.) and has one data center in Ashburn, VA(approx. 30,000 sq. ft.), one Large Bank office in Charlotte, NC (approx. 25,000 sq. ft.), one Ombudsman office in Houston, TX (approx. 30,000 sq. ft.), four District offices in Chicago, Dallas, Denver, and New York (approx. 35,000 sq. ft. each), and 70 Field/Satellite offices (approx. 5,000 to 10,000 sq. ft. each) throughout the country. See http://www.occ.treas.gov for more information. Each office is a leased facility. The OCC is continuously involved in the construction and renovation of its office space due to regulatory, real estate, and staffing requirements. The effort includes providing programming, test fits, schematic design, design development, construction documents, furniture specifications, construction administration, move coordination, facility administration services, and additional services. The requirement will be procured in accordance with FAR Part 12. This will be a full and open procurement. The award of a multiple award indefinite delivery/indefinite quantity is contemplated. It is anticipated the contract will have a two (2) year base period with four (4) two (2) year options periods. The NAICS Code and size standard are 541410 and $7.0 (in millions of dollars), respectively. The anticipated release date of the RFP is on or about June 23, 2014. Any questions shall be directed via email to the Contract Specialist, Kimberly Choplin at Kimberly.choplin@occ.treas.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/OCC/ASDMS413/CC-14-HQ-R-0012/listing.html)
 
Place of Performance
Address: 400 7th Street SW, Washington, District of Columbia, 20219, United States
Zip Code: 20219
 
Record
SN03380734-W 20140601/140531021522-85730f374d9eaa33ec98e6eff5c05404 (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.