Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2014 FBO #4764
SPECIAL NOTICE

C -- FSI Expansion Space

Notice Date
12/8/2014
 
Notice Type
Special Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA15R0075
 
Archive Date
1/6/2015
 
Point of Contact
Diane Hill, Phone: 5713450144
 
E-Mail Address
hilldk@state.gov
(hilldk@state.gov)
 
Small Business Set-Aside
N/A
 
Description
Agency: Department of State Office: Foreign Service Institute [FSI] Location: 4000 Arlington Boulevard, Arlington, Virginia 22204 This is a Request for Information (RFI) as defined in FAR 15.201(3). The purpose of this RFI is to accomplish market research pursuant to Federal Acquisition Regulation (FAR) Part 10 and to identify small business concerns and other than small business concerns capable of performing the functions described herein. The government is requesting information regarding the availability and feasibility of attracting potentially new service providers to support the requirements the Department of State, Foreign Service Institute, as described below. This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the government to conduct a solicitation for the below-listed services in the future. Responders are advised that the government will not pay for information submitted in response to this RFI, nor will it compensate responders for any costs incurred in the development/furnishing of a response. Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation. Prospective offerors are advised that in the event of an eventual contract resulting from this RFI process, such a contract would provide for exclusive use of the specified space at the specified location, and for all services required to support daily operations conducted by the government in the space during the period of the contemplated contract. Any resultant contractual agreement will not be a lease agreement: rather, it will be a services contract, providing for exclusive access to and use of the designated space, management and maintenance of the space, and support to daily operations during the contract period, for an established price payable on an amortized basis in accordance with an agreed-upon payment schedule; and for required ancillary services during that period, reimbursable on an as-invoiced basis. Requirement The US Department of State (DoS) has an urgent requirement for additional classroom and training space for the Foreign Service Institute (FSI). FSI is the federal government's primary training institution for personnel of the foreign affairs community. FSI offers more than 700 courses of instruction, of which 430 are classroom based courses and the remaining ones are eLearning. FSI provides training in language, area and cultural studies for all regions of the world and has the capacity to provide training in 70 foreign languages; orientation programs; leadership training; tradecraft training in consular, economics, management, general services, public affairs, stability operations, office management; technical and end user information management training; career transition, overseas security and cross cultural training for employees and family members. Courses range from one day to over a year for advanced students of Arabic, Chinese, Japanese and Korean. Training methodologies include traditional classroom instruction and lecture methods, case studies, field trips, simulations, seminars; computer-based multimedia instruction as well as a variety of eLearning and blended learning approaches. The FSI main campus is located at the National Foreign Affairs Center (NFATC) in Arlington, Virginia. The FSI currently has an urgent requirement for additional classroom space to support expanded training program requirements and increased enrollments in the coming years starting in the fall of 2015. Time Frame: Responsive offers must be able to deliver the finished space, ready for occupancy, and all required facility management and operating services, within six months of contract award. The planned contract duration is for one five-year period with five additional one-year options. Required Offeror Qualifications: All responsive parties must have control of the proposed space or facility, and the location must be vacant and available at the time of proposal submission. Only parties that have ownership in the Washington Metropolitan Area of an existing educational facility and /or have experience providing educational training will be considered responsive to the planned solicitation. Requirements of the Training Facility: The estimated size of the training facility will be a range of 78,000 BOMA usable square feet (usf) to 92,000 usf. The training facility must be housed in a single building. This training facility may be comprised of one large area on a single floor or the training space must be collocated on consecutive stacked floors in one building. These floors must be kept secured and not be accessible via other floors in the building. Some building lobby area(s) space may be required for government security equipment and personnel to screen people and control access to the proposed building or space. DoS may install perimeter security or intrusion detection systems as deemed necessary. All of the space in the facility will have connectivity back to a central hub room, connectivity to the internet, and Wi-Fi throughout the facility. The offeror will be responsible for obtaining all permits and meeting all applicable codes related to the construction, fire, life safety, and operation of the training facility. 24 parking spaces are required within or immediately proximate to the proposed facility. The contractor must have the ability to provide an additional requirement for 20,000 usf of classroom/training program space within six to twelve months of occupancy of this space if required by the government. Anticipated hours of operation will be from 6:00 a.m. to 7:00 p.m. Delineated Area: The delineated area of the training facility shall be the Rosslyn - Ballston Corridor. The proposed facility must be located no farther than 2,640 linear feet from an existing Metrorail station with easy ingress and egress for walking to and from the Metro station. Construction and Services: The offeror as a part of its offer must include all architecture and engineering services, and provide all of the construction, fixtures, furniture and equipment necessary to customize classrooms for the government-specific training as detailed below. Training spaces, studios, labs and classrooms must be constructed to minimize sound attenuating from the classrooms or into the classrooms from adjacent areas; offices would have typical office space requirements. The government must participate in the design and have final approval of the design prior to construction. Evaluation and Performance Components: The total price of the service contract, availability of the proposed facility, location, proximity to Metro, distance from the DoS Harry S Truman Building, availability of amenities (such as restaurants, coffee shops, dry cleaners, etc.) all will be evaluated performance components for award. Offerors Must Demonstrate: (1) ownership in the Metropolitan Washington DC Area of an educational facility and/or expertise in the educational field, (2) availability and control of property at time of proposal submission, (3) capability of performing the required design and construction within six months, and (4) financial ability to perform all solicitation requirements. Services to Support Classroom Operations: The contractor will provide administrative and "concierge service" supporting the daily classroom functions during operating hours. Eight (8) full time staff equivalents will be provided for this function. These services will include: •Maintaining front desk operations to receive, greet, direct and assist daily visitors to the training center; •Assisting with the delivery of materials to each classroom necessary to support the daily training activities; •Assisting with the non-technical set-up of equipment, furniture, displays, projectors, audio equipment, and other materials necessary to support the daily training operations; •Assisting with the scheduling of classroom areas; •Managing the training center food vendor operations (vending machines); •Managing the training center copy/fax/print activities operation; •Providing daytime cleaning/porter service to support and augment the night time cleaning effort. Additional Services: The offeror will provide additional furnishings, equipment, staff and services when requested by the government at the government's additional expense. When requested, the offeror shall coordinate such services on a reimbursable basis in accordance with terms to be established in the contemplated contract. Pricing arrangements for these services will be an evaluated component of proposal pricing. Examples of services the offeror is expected to be capable of providing include but are not necessarily limited to: •Audio visual, computer or technology services; •The purchase and/or installation of furniture, fixtures or equipment; •Technology wiring or networking; •Catering/vending operations; •Additional staffing; •Construction services. For evaluation purposes proposal pricing will be submitted in three components as follows: (1) Amount to provide the government the full and exclusive use of the unstaffed training facility, which will be fully serviced including all operations and maintenance of the building; (2) Amount for the referenced support services including eight (8) full time staff; and (3) Pricing arrangements for additional services as required, on a reimbursable basis. Instructions for submission of responses 1)Responses must be limited to 20 pages. 2)Submissions should utilize Microsoft Office formats. 3)Responses should address contractor's experience, capabilities and qualifications as they relate to the requirements of this RFI. 4)Submissions should include descriptions of recent experience directly relevant to the type of project described herein, and should be supported by references to specific contracts, customers, and cognizant points of contact. 5)Informal budgetary estimates are requested. Submissions should include offeror's budgetary estimate of the approximate total price for these services, based upon the contract timelines provided herein, and based upon the offeror's contemplated approach. Cost and pricing detail is not required in connection with the requested budgetary estimates. It is understood that such estimates are approximate and informal. This information is requested for government planning purposes and shall be in no way and to no extent binding upon the prospective offeror in the event of proposal submission in response to any future RFP in connection with the requirements described herein. Please submit your response via email to the following points of contact, no later than 22 Dec 2014, 11:00 AM Eastern Standard Time. Diane Hill: Contracting Specialist, A/LM/AQM/WWD hilldk@state.gov Catherine Russell: Program Office representative, FSI russellcj@state.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA15R0075/listing.html)
 
Record
SN03590068-W 20141210/141208234420-99431630af9ff6fe906b60898ecaede6 (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.