SOURCES SOUGHT
C -- Architectural and Engineering services.
- Notice Date
- 4/21/2015
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
- ZIP Code
- 22202-4371
- Solicitation Number
- HQ003415R0072
- Archive Date
- 6/5/2015
- Point of Contact
- Ella Baker, Phone: (703) 545-3155, JoAnn Avants, Phone: 703-545-1862
- E-Mail Address
-
ella.l.baker.civ@mail.mil, joann.avants.ctr@mail.mil
(ella.l.baker.civ@mail.mil, joann.avants.ctr@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY AND IS NOT A REQUEST FOR PROPOSALS. The notice is a request by the Government to collect information for Architectural and Engineering services. The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 541330 (Engineering Services) and 541310 Architectural services. This Sources Sought announcement is for market research purposes only and is to be used for preliminary planning. No proposals are being requested and none will be accepted in response to this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS, AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE, nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The estimated capacity for this IDC is not to exceed $50 million. Architectural/Engineering Services are required for a variety of projects including, new construction and renovation/alterations to facilities and utilities in federally owned and leased buildings in the Washington DC National Capital Area, including the Pentagon, Ft. Belvoir and the surrounding areas; and Site A; PA location. Services may include the development of previously undisturbed land. The projects and task orders will be negotiated and issued by the Acquisition Directorate, in support of the Defense Facilities Directorate and Washington Headquarter Services mission. The contract shall provide for a one-year term and four 12-month option periods, with the same terms and conditions. The option period may be exercised when the contract amount for the base period or preceding option period has been exhausted. The contract's total dollar amount shall not exceed $10,000,000.00 per year, and the minimum dollar amount for any task order shall not be less than $10,000.00. Under this announcement the Government intends to award a single Indefinite Delivery/Indefinite Quantity contract. PROJECT INFORMATION: The scope of services may include: feasibility studies, project development, construction documents, cost estimates, project schedules, construction management, and design analysis for: general program management, master and project planning, project programming, project management, project scheduling, cost engineering, soils investigations, land surveys, various studies, engineering analysis, systems and building design, design reviews, utility design, interior design, submittal review, construction management, and claims analysis. These services are for a variety of projects that encompass the major architectural and engineering disciplines including: architecture, mechanical engineering, electrical engineering, structural engineering, civil engineering, landscape architecture, field/subsurface investigation, fire protection, and environmental engineering. A/E services may be utilized within the context of capturing requirements and producing bridging documents for a design-build approach to various projects, followed by multi-discipline design review. Services may include specialized areas such as: historic preservation, anti-terrorism/force protection regulation compliance, project risk analysis and mitigation, and environmental analysis and assessments. The services may also be used to assist the Government in determining appropriate solutions for design/construction errors or omissions and quality assurance. SELECTION CRITERIA: All information is to be submitted on Standard Form SF-330. Selections shall be based on the following criteria listed in descending order of importance (sub-items listed under a criterion are of equal importance): a. Professional Qualifications: Professional qualifications necessary for satisfactory performance as demonstrated by education, experience, registration, management ability of personnel assigned to the contract and any applicable outside consultants. b. Specialized Experience: Demonstrate technical competence in the type of work required, including design of renovation, alteration, repair and new construction of commercial and government facilities. Include any experience in historic preservation, anti-terrorism/force protection regulations, project risk analysis, and environmental analysis/assessments. Include any experience in energy conservation, pollution prevention, waste reduction, and use of recovered materials, low impact development, and sustainable design using SPIRIT or LEED reporting tools. c. Capacity: Demonstrate capacity to accomplish the work in the required time. Discuss how surge workload would be managed. Discuss availability of proposed team. Offeror will be judged on capacity to accomplish multiple simultaneous task orders in the required time. As a minimum list the following disciplines: architect, civil engineer, landscape architect, and sustainable development personnel. d. Past Performance: List past performance on contracts with DoD or other federal agencies and private industry in terms of cost control, quality of work, and compliance with project schedules. Describe the process and qualifications of key persons responsible. List previous contracts and include the name and telephone number of the person who was the point of contact representing the Government or private industry, as a reference. Indication of favorable performance ratings, awards, and repeat clientele in Section H of the SF330 is recommended. e. Design Capability: Demonstrate innovative design capability indicated by receipt of a design award from a nationally or regionally recognized group within the past five years; or publication in nationally or regionally recognized journal. f. Location: Location in the general geographic area of the Washington DC National Capital Region (NCR) with demonstrated knowledge of the local codes and regulations; along with Site A, PA location. The prime and consultants should be located within a 30-mile radius of the Pentagon Reservation located in Arlington, VA. g. Cost Control Effectiveness: Demonstrate cost control effectiveness as a percentage deviation between the final estimate and low bid/offer on projects in the past five (5) years. h. CAD Capability: Computer drawing data shall be provided on electronic media compatible with MicroStation Triforma V-8 (or higher). Scheduling shall be provided in electronic media compatible with Microsoft Project Primavera. Indicate capability to provide data in specified formats. On-time delivery of designs for DoD and similar projects. Firms must demonstrate ability of the design team to compete the project as scheduled. SUBMISSION REQUIREMENTS: All firms are advised that registration in the System for Award Management (SAM) database is required prior to award of a contract. Failure to be registered in the DoD SAM database may render your firm ineligible for award. Firms desiring consideration and meet the requirements described in this announcement are invited to submit a completed Standard Form (SF 330) Architect-Engineering Qualifications. All information requested in this announcement and on the form including prime, joint venture, and/or consultants must be contained in the Standard Form 330. The total maximum number of projects requested under Section F is 10. Ensure the authorized representative of the firm signs the page attesting to the information provided in the sources sought sought response. Responses to this Sources Sought notice are due no later than Thursday, 21 May 2015, 5:00PM EST. This is not a request for proposal. Solicitation package will not be provided. Questions regarding this Sources Sought notice must be submitted in writing to the Point of Contact(s) below. Contracting Officer (CO): Lawrence Yates 703-545-1623 lawrence.j.yates.civ@mail.mil Contract Specialists (CS): Ella Baker 703-545-3155 ella.l.baker.civ@mail.mil JoAnn Avants, Senior Contract Specialist, Infinity Technology, LLC 703-545-1862 joann.avants.ctr@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ003415R0072/listing.html)
- Place of Performance
- Address: Location in the general geographic area of the Washington DC National Capital Region (NCR) with demonstrated knowledge of the local codes and regulations; along with Site A, PA location., Washington, District of Columbia, 22202, United States
- Zip Code: 22202
- Zip Code: 22202
- Record
- SN03705672-W 20150423/150421234812-763c8fce7e5f0be91501aefe3622f39d (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 |