Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2015 FBO #4890
MODIFICATION

C -- Domestic AE Services IDIQ - Amendment 1

Notice Date
4/13/2015
 
Notice Type
Modification/Amendment
 
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
SAQMMA-15-R0267
 
Archive Date
5/22/2015
 
Point of Contact
Jennifer Leung, Phone: 703-875-6055, Michael F. Howard,
 
E-Mail Address
leungjb@state.gov, Howardmf@state.gov
(leungjb@state.gov, Howardmf@state.gov)
 
Small Business Set-Aside
N/A
 
Description
Changes to two (2) hard copies (1 - original and 1 - copy) and one (1) soft copy on CD/DVD. See attached revised A01 for further information. Please see attached amended A01 notice attached for Changes. Domestic A/E Services IDIQ RFP SAQMMA-15-R0267 The Department of State (DOS), Office of Logistics Management, on behalf of the Office of Real Property Management anticipates awarding up to eight (8) Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to qualified firms or teams to provide Architectural and Engineering (A/E) services for studies, new construction, and renovation projects at various locations in the United States. Most projects will be in the Washington D.C. metropolitan area; with some work at other Department of State facilities nationwide (e.g. U.S. Passport Agencies, Charleston Regional Center, etc.). Up to eight (8) IDIQ contracts will be awarded, four (4) will be set aside for small businesses, one (1) set aside for women-owned business, and three (3) to full and open businesses. The small business size standard is $7.5 million or less based on the annual average gross revenue of a firm which has been in business for three or more complete fiscal years. The NAICS is 541310. Large business firms responding to this solicitation will be required to submit a small business subcontracting plan. The DOS's Fiscal Year 2014 subcontracting goals are: small business 38%; small disadvantaged business 5%; small women-owned business 5%; HUBZone business 3%; and service disabled veteran business 5%. Each contract will be for a one-year period from the date of contract award with four one-year optional service periods. The Government guarantees a minimum of $10,000 in task orders over the life of each contract. The total amount of task orders issued under the contract shall not exceed $10 million per year. The maximum contracts awarded over the length of the contract shall not exceed $50 million. The contract will be for professional services to include, but not limited to, facility assessments, data collection, engineering/building systems (mechanical/electrical/plumbing), communication and information technology infrastructure, structural surveys, space situation summaries, space requirements reports, performance specifications and cost estimates, block and stack plans, space plans/layouts, interior design: finishes and color selection, architectural design: construction drawings and specifications, construction review and punch lists, furniture review and punch lists, design of system upgrade and replacement projects, design of physical security and surveillance systems, special forced entry, and ballistic resistant construction, hazardous material abatement and removal design/specification, and existing condition documentation. Additionally, relocation planning and management/oversight services, and furniture procurement, construction supervision and installation management/oversight services are required. Contract services shall include the following: architectural, including space planning and interior design; master planning; treatment of historic/cultural resources; facilities programming; electrical engineering; mechanical engineering; structural engineering; blast; civil engineering; security systems engineering; lighting system design, acoustical engineering, chem-bio [Nuclear, Biological, Chemical (NBC)] engineering; cost estimating and planning; value engineering; landscape architecture, commissioning, communications information and audiovisual technology, Energy Analysis and Environmental Assessment; other specialties when needed; administrative and technical coordination of the various disciplines involved; working within the U.S. Government's requirements, and with the applicable laws, codes, and standards at the each project site. Familiarity with sustainable design through an integrated design approach is required; experience with LEED certification is required. The majority of projects usually require the A/E to develop a program of requirements (POR). Most all of the work will be in occupied spaces and some work will be done in historically significant facilities such as the Old War part of the Harry S Truman building (HST). The existing tenant would move into swing space and then their current space would be renovated. Projects can vary in size from as little as 1,000 square feet to over 100,000 square feet. The majority of work will be building interiors but may include some exterior building envelope work. Finally, some projects may involve complete renovation of existing buildings, the design of new buildings, master planning, and NEPA compliance. The preparation of construction documents via alternative documentation methods (e.g. design-bid-build plans, specifications, and design-build) is required. The successful offeror will be required to provide all construction documents that are produced in or compatible be prepared with AutoCAD version 2010 or later for each submission. Written documents shall be prepared with MS Office (Word, Excel, etc.) 2010 or later. Transmission of Sensitive But Unclassified (SBU) files, document, drawings and comments shall be handled by using ProjNet. The interested offerors reviewing and/or responding to this notice are hereby notified that DOS will exclude travel expenses and costs related to contractor travel to and from the Washington Metropolitan area, to include Department of State Facilities in Northern, VA, Maryland, and Washington DC for any reason during performance of work under the contract. This specific travel expense payment exclusion is applicable to the awarded AE firm and any and all consultants and subcontractors of any kind that may be utilized during the period of the contract. A two-stage process shall be used in the award selection, as follows: In Stage 1, prospective offerors, in each category, will submit portfolios of accomplishment that establish the design capabilities of the A/E firm and the Lead Designer. Offerors will be point-scored by a Technical Evaluation Panel based on criteria provided in this announcement. Offerors will be ranked and a short-list issued for consideration in Stage 2. In Stage 2, upon notification the short-listed offeror(s) will assemble their technical teams and submit detailed information as to their proposed team, management plan, and past performance on construction documents. Stage 2 submissions will be reviewed by the Technical Evaluation Panel (or Pre-Selection Board). The short-listed offeror(s) may also be required to make presentations to the Technical Evaluation Panel in Arlington, VA. The Technical Evaluation Panel will make a determination of the most highly qualified team consistent with the announced Technical Evaluation Panel criteria and will recommend the offeror(s) for award. Stage 1 Submission Requirements and Evaluation Criteria The assembled content for the Stage 1 portfolio should be no more than 100 single-sided pages or 55 double-faced pages (exclusive of dividers), printed on standard 8.5" x 11" sheets of paper. Submissions shall be double-sided, where feasible. The portfolio should include the following items, divided into tabbed sections in the order listed below: (1) Cover Letter. A cover letter referencing the FedBizOpps announcement and the category (small business, women-owned or unrestricted) to which the team is applying, briefly describing the A/E firm and its location, organizational makeup, and noteworthy accomplishments. (2) Standard Form 330. Standard Form 330 Architect-Engineer Qualifications, Part II only. For the purposes of this solicitation, Firm as requested in Box 2A is defined as the individual, firm, partnership, corporation, association or other legal entity permitted by law to practice the profession of architecture or engineering that will have contractual responsibility for the project design, should the proposed offeror be selected for the contract. Offerors may find a copy of the SF-330 at the following website: http://contacts.gsa.gov/webforms.nsf/0/21DBF5BF7E860FC185256E13005C6AA6/$file/SF%20330.pdf. (3) Professional Qualifications (15 Points maximum). Professional qualifications necessary for excellence in the performance of the required services as listed above. Document the qualifications of personnel with an emphasis on those in key roles. Demonstrate applicable licenses, registrations and certifications as well as other indicators of high quality professional performance. Note which team members are LEED Accredited Professionals. (4) Specialized Experience and Technical Competence (20 Points maximum). Specialized experience and technical competence in facility rehabilitation and system replacement projects involving multiple disciplines, e.g. architectural, interior design, mechanical, plumbing, civil/ geotechnical, structural, and electrical in office buildings and other support facilities. The firms' expertise in furniture, furnishings, and equipment management, including GSA federal schedules procurement and relocation planning, along with security and telecommunications systems integration into design documents will also be evaluated. Provide back-up data, including dates completed, for five (5) examples of recent projects which have been completed within the five previous years from the proposal submittal date, which demonstrate creative solutions in facility rehabilitation; including adaptive reuse, sustainable design, energy conservation, pollution prevention, waste reduction, the use of recovered materials, and accommodating organizational and technical change. Experience with LEED certification is required. (5) Management Plan (25 Points maximum). Demonstrate experience in providing and coordinating a multi-discipline effort either in house or with consultants. If using consultants, offeror must demonstrate that they have worked successfully as a team with these consultants in providing similar services. This collaboration shall be demonstrated by submitting information for five (5) examples of recent projects which have been completed within the five previous years from the proposal submittal date, including the dates completed, performed by the team. Submit a management plan that explains how you propose to manage and coordinate Department of State projects. Provide an Organization Chart that reflects key management functions and managerial authority for prime and subcontractors. (6) Past Performance (30 Points maximum). Demonstrate previous records of performing work on schedule and of effective cost and quality control. Briefly describe internal quality assurance and cost control procedures and indicate effectiveness by listing the planned and actual design durations, client's construction budget, design construction estimate, construction award amount, and construction change order rate in tabular form for five (5) recent projects which have been completed within the five previous years from the proposal submittal date. Indicate when these projects were completed. For each project identified in the responses to evaluation criterion "Specialized Experience and Technical Competence", provide the name, address, and current telephone number of a client representative and identify which members of the proposed design team participated in the project. Although previous or ongoing performance of a similar U.S. Government contract is not a requirement for firms responding to this solicitation, if such contracts have been performed, the offeror must have performed at a satisfactory level at a minimum. Indicate which projects have LEED certification. (7) Previous Government Experience (10 Points maximum). Describe previous experience with Federal agencies and understanding of GSA and other Federal Property Regulations which has been completed within the five previous years from the proposal submittal date. The Technical Evaluation Panel, which is comprised of representatives from the Office of Real Property Management, Department of State, and other government agencies, shall evaluate the submissions. The Panel shall establish a short-list of qualified firms. Identification of team members, other than the Lead Designer, is not required in this stage. The Lead Designer is the individual or individuals who will have primary responsibility to develop the concept for the project. Consultants and the "production firm" (if different from the A/E firm) information should not be included in the Stage 1 portfolio. The short-listed Lead Designers and their associated A/E firms will be notified in writing and requested to submit more detailed information indicating each member of the design team, including the primary outside consultants for Stage 2 evaluation. Sufficient time will be provided for the Lead Designer and their associated A/E firms to establish their team. The Government will provide detailed evaluation criteria for both the Stage 2 submission and the interview at the time the short-listed firms from Stage 1 are announced. Selection shall be in accordance with the Brooks Act, P.L. 92-582 (40 U.S.C. 1101-1104) and FAR Subpart 36.6. After short-listing by a Pre-Selection Board, firms may be required to make a presentation to the A/E Selection Board in Arlington, VA. The Selection Board may also perform a site visit of all short-listed firms. Upon notification of selection, the A/E will be required to submit a copy of its Quality Management Plan describing Quality Assurance/Quality Control (QA/QC) procedures within 10 working days for review and approval. In order to be eligible for award of this contract, the successful offeror(s) must possess, or be eligible to obtain, a Defense Security Service (DSS) Secret Facility Clearance (FCL), with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M. All personnel requiring access to classified information or Controlled Access Areas at DOS locations must possess a Secret personnel security clearance issued by DSS. Specifically, designated personnel assigned to this contract must also possess a Secret personnel security clearance issued by the Defense Industrial Security Clearance Office (DISCO). Subcontractors who will require access to classified information must also possess a DSS Secret FCL. All Offerors will be required to comply with security requirements as detailed in the NISPOM. All entities comprising a joint venture for this effort must possess or obtain an FCL, as well as the joint venture. Offerors already possessing the necessary FCL should submit their appropriate Commercial and Government Entity (CAGE) Code with their Stage 2 submissions. If a selected offeror does not possess an interim or Final Secret FCL, the Department of State will sponsor the uncleared firm for an FCL. Sponsorship does not guarantee that the firm will receive the clearance. A period of 90 days from the date of selection for award will be allowed for the uncleared firm to obtain the necessary FCL. After this period, the Government may, at its discretion, consider awarding the contract to another firm or awarding fewer contracts. No contract can be awarded until at least an Interim Secret FCL has been granted. Due to time constraints, the Government will not delay award of contracts to selected firms already in possession of Secret FCLs. Offerors that meet the requirements described in this announcement are invited to submit the required Stage 1 documents. Failure to address each of the evaluation criteria, in writing, will result in failure to qualify. Additionally, failure to provide the requisite information will result in failure to qualify. Firms/teams responding to this announcement on or before the closing date will be considered for selection using the evaluation criteria above (items 2 - 6) for a total of 100 points maximum. Offerors shall submit two (2) hard copies - One Original and One Copy and one (1) separate electronic PDF indexed copies on a CD or DVD. CD/DVD must have all the same exact format and information as submitted in hard copy. The submission shall incorporate tabs to clearly identify the different solicitation requirements. Offerors responding to this announcement on or before the closing date shall be considered for selection. Offerors submissions must clearly indicate solicitation number S-AQMMA-15-R-0267, Domestic A/E Design Services. Requests for clarification, technical and contractual, must be received, in writing, to Ms. Jennifer Leung, no later than 2:00 p.m., Eastern Daylight Time, on April 23, 2015. The e-mail address to submit clarification questions is leungjb@state.gov. Clarifications and requests for information received after the deadline shall not be accepted. All submissions listed in Stage 1, must be received by 2:00 p.m., Eastern Daylight Time, on May 7, 2015. Hand-delivery or courier deliveries address (Federal Express, UPS, etc. - No USPS delivery): Ms. Jennifer Leung (703-875-6055) or Mr. Michael Howard, U.S. Department of State, Office of Logistics Management, 1735 North Lynn Street, Suite 400, Arlington VA 22209.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA-15-R0267/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN03698030-W 20150415/150413235146-aab721819459ad796d1c8e818643f7fa (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.