SOURCES SOUGHT
R -- Passport Architectural and Space Planning Support Services (PASP)
- Notice Date
- 5/13/2015
- Notice Type
- Sources Sought
- 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
- SAQMMA15I0034
- Archive Date
- 6/5/2015
- Point of Contact
- Deborah A. Carey, Phone: 703-875-4229
- E-Mail Address
-
careyda@state.gov
(careyda@state.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Sources Sought Synopsis (SSS) in support of market research purposes only. The Department of State's Office of Acquisition Management, on behalf of the Bureau of Consular Affairs (CA), Passport Services Directorate (PPT), is seeking potential small business that are highly qualified to provide expert advice, guidance, and assistance in the area of space planning, interior design, and architectural support for CA/PPT Headquarters, Regional Offices, twenty-nine (29) Passport Agencies and Centers, and two (2) Passport Centers. BACKGROUND A primary responsibility of CA/PPT is to carry out the Secretary of State's authority to issue passports to eligible U.S. citizens. This responsibility is achieved through the management of a network of Passport Centers and Agencies located throughout the United States. The Passport Centers and Agencies perform quality control, process Passport books/cards and evidence, and operate information desks and service counters to serve their applicants and customers. The strategic forecasting and planning of space requirements and operational efficiencies is critical to their performance and customer service mission. OBJECTIVE The objective of this procurement is to engage a highly qualified contractor to provide support services for interior design, space layouts and architectural plans for CA/PPT requirements. The Government is seeking a contractor with substantial experience, depth of resources, flexibility, and performance history to furnish the full range of these services. APPLICABLE DOCUMENTS The documents that the Contractor shall adhere to and implement CA/PPT standards, policies, and procedures set forth in publications and manuals are the Department of State Standards of Conduct by the Office of Inspector General; All Standard Operating Procedures (SOPs) approved by DOS; and FAR Subpart 36-Construction and Architect- Engineer Contracts. The Contractor shall monitor current information on the CA/PPT Intranet Site and adhere to the most current policies, processes, and procedures. Finally, the Contractor shall document, implement, and monitor compliance with its own internal standards and policies. SPECIFIC REQUIREMENTS (KEY REQUIRED COMPONENTS ) The full scope of this requirement is to provide expertise and guidance on all matters relating to space planning and architectural support for CA/PPT. The contractor shall analyze business or operating procedures to recommend the most efficient methods of accomplishing work in space planning, architectural drawings, programming, furniture specifications and finish selection. The work and services which may be included in the project is included in this Sources Sought Synopsis. Task orders will be issued and will identify the specific scope of work required. Relocation or Lease of New Space: The Contractor shall provide architectural and interior design consulting support services for new relocation or lease projects for an Agency and Center. CA/PPT has a continuous requirement for design services to accommodate new space and work flow processes. Existing office work areas, customer counters, storage and archival rooms, processing space, mail opening sections, auxiliary areas, and delivery/shipping docks. Program of Requirements (POR): The Contractor shall work with CA/PPT Management Analysis and Coordination (MAC) to develop and deliver a Program of Requirements (POR) for the new Agency/Center space. Support services may include: The Contractor to develop a list of program requirements which outlines the number of employees associated with each of the work areas within the agency as provided by CA/PPT. Such information would include management positions, staff (adjudication and related functionaries, passport processing contractors and any additional related persons requiring a work station in the agency), projected number of passport applicants, book print, processing, interior restroom, conference room, service counters, training, break and network rooms, storage and other functions requiring space within the agency. Contractor shall determine the core factor of the building and the usable square footage. The Contractor shall also prepare the required government form. Contractor shall assist CA/PPT with the submission of the POR to DOS Real Property Management (RPM), the representative of PPT and the DOS Bureaus to GSA. Site Survey; the contractor shall work as a consultant to CA/PPT/MAC through the review process in determining the suitability of site locations. Preliminary Plan and Tenant Requirements: The contractor shall work with PPT to prepare a preliminary schematic plan showing the layout that includes, but is not limited to workstations, offices, workflow, public reception areas, and network/storage/break/secure rooms. The Support services required of the contractor is to submit plans to PPT management for approval and work with other DOS divisions (i.e. DS for security, TWD and CST for systems, RPM and FMS for building and design standards) to include their requirements from a planning perspective. Each of these divisions develops their own specific requirements for their areas of expertise. The Contractor advises on plans to make sure they are developed in line with their requirements. The Contractor shall assist in the development of the tenant requirements drawings, which show furniture and wall layouts, general finishes, specialized electrical and HVAC requirements, electrical and data/telephone outlets and descriptions, and typical details (e.g. millwork at the counters, pass-thru windows, wainscot, etc.). The tenant requirements drawings are then finalized into Design Development Drawings with the Contractors assistance with engineers on site who are familiar with the specific building conditions and standards (ceiling plan, HVAC/electrical/plumbing/fire safety designs and equipment). These plans are submitted to PPT for approval and then to RPM and GSA for their review and further action. The Contractor shall develop the area requirements associated with each function and lists the associated infrastructure (electrical and cooling requirement for equipment, telephone and data connections, etc.) Deliverables for this requirement would include providing workflow (floor plan), furniture plan (drawing), and Design and Intent Drawings (DID) documents as determined by the CA/PPT GTM (PDF is the mandatory format). Construction Documents ("CD"): The Contractor is required to work with PPT to ensure a compliant release of the Design Intent Drawings (DID) to GSA for local Architect and Engineering (A&E) direct support. Support services include; throughout the development of the CD set, Contractor assists GSA, RPM and PPT with the review of the drawings for conformance with the Tenant requirements, coordination with security and systems engineers as those groups develop their own plans, and the gathering of detailed information required by the A&E in the development of the CD set. The design and intent drawings are supplanted by the CD's, since changes may have occurred during the development of the CD's. The Contractor is required to work with GSA and the building owner since they are the entities ultimately responsible for the building documents. Contractor shall advise and assist PPT in the development of the furniture plan and acquisition of furniture and other tenant-provided items. The deliverable for this section of the requirement is to provide Design Intent Drawings. Construction Progress Review: The Contractor is required to participate in the construction progress review process. Support services include the Contractor attending site meetings with CA/PPT/MAC, RPM and GSA to help review the construction process and shop drawing submittals (e.g., millwork, finishes, BR glazing, and hardware) and assist with inquiries and questions from builders regarding tenant requirements. The Contractor shall assist in the site review at Substantial Completion to determine its readiness for tenant use (furniture and systems installation) and if required the development of a punch list of remaining items. The deliverable is a construction punch list and minutes from site meetings. Existing Facility Modification or Expansion: The Contractor shall provide architectural, modification, expansion, and space planning support services to existing office work areas, book print, processing, interior restroom, conference room, service counters, training, break and network rooms, storage and other functions requiring space within the agency/center. CA/PPT has a continuous requirement for design services to accommodate the remodeling, renovation, or expansion of space for new or emerging work processes. Program of Requirements: Contractor shall work with CA/PPT Management Analysis and Coordination (MAC) to develop and deliver a Program of Requirements (POR) for the new Agency/Center space. Support services include: The Contractor developing a list of program requirements that outline the number of employees associated with each of the work areas within the agency as provided by CA/PPT. Such information would include management positions, staff (adjudication and related functionaries, passport processing contractors and any additional related persons requiring a workstation in the agency), projected number of passport applicants, book print, processing, interior restroom, conference room, service counters, training, break and network rooms, storage and other functions requiring space within the agency. Contractor shall determine the core factor of the building and the usable square footage. Contractor shall also prepare the required government form, SF 81. Contractor shall assist CA/PPT with the submission of the POR to DOS Real Property Management (RPM), the representative of PPT and the DOS Bureaus to GSA. The deliverable is the Program of Requirements and Standard Form 81. Site Survey; the Contractor shall consult with CA/PPT MAC throughout the review in determining the suitability of site locations. Preliminary Plan and Tenant Requirements: The Contractor shall work with PPT to prepare a preliminary schematic plan showing the layout of workstations, offices, work flow, public reception areas, network/storage/break/secure rooms, and any other tenant requirements. Support services include the Contractor submitting plans to PPT management for approval and work with other DOS divisions (i.e. DS for security, TWD and CST for systems, RPM and FMS for building and design standards) to include their requirements from a planning perspective. Each of these divisions develops their own specific requirements for their areas of expertise. Contractor advises on plans to make sure they are developed in line with their requirements. The Contractor assists in the development of the tenant requirements drawings, which show furniture and wall layouts, general finishes, specialized electrical and HVAC requirements, electrical and data/telephone outlets and descriptions, and typical details (e.g. millwork at the counters, pass-thru windows, wainscot, etc.). The tenant requirements drawings are then finalized into Design Development Drawings with the Contractors assistance with engineers on site who are familiar with the specific building conditions and standards (ceiling plan, HVAC/electrical/plumbing/fire safety designs and equipment). These plans are submitted to PPT for approval and then to RPM and GSA for their review and further action. The Contractor shall develop the area requirements associated with each function and lists the associated infrastructure (electrical and cooling requirement for equipment, telephone and data connections, etc.). The deliverable is to provide workflow (floor plan), Furniture Plan (drawing), and Design and Intent Drawings (DID) documents as determined by the CA/PPT GTM. The mandatory format is PDF. Construction Documents: The Contractor shall work with PPT to ensure a compliant release of the Design Intent Drawings (DID) to GSA for local Architect and Engineering (A&E) direct support. Support services include the development of the CD set, Contractor assists GSA, RPM and PPT with the review of the drawings for conformance with the Tenant requirements, coordination with security and systems engineers as those groups develop their own plans, and the gathering of detailed information required by the A&E in the development of the CD set. The design and intent drawings are supplanted by the CD's, since changes may have occurred during the development of the CD's. The Contractor works with GSA and the building owner since they are the entities ultimately responsible for the building documents. Contractor shall serve in an advisory role and assist PPT in the development of the furniture plan and acquisition of furniture and other tenant-provided items. The deliverable is to Provide Design Intent Drawings. Construction Progress Review: The Contractor shall participate in the construction progress review process. Support services include attending site meetings with CA/PPT MAC, RPM and GSA to help review the construction process and shop drawing submittals (e.g., millwork, finishes, BR glazing, hardware) and assist with inquiries and questions from builders regarding tenant requirements. The Contractor shall assist in the site review at Substantial Completion to determine its readiness for tenant use (furniture and systems installation) and if required the development of a punch list of remaining items. The deliverable is the Construction Punch List and minutes from site meetings. As stipulated in FAR 15.201, responses to this SSS are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this SSS is voluntary and is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. The Government's evaluation of the Capabilities Package received will factor into whether any forthcoming solicitation will be conducted as a full and open unrestricted competition, a set-aside for small businesses, or as a set aside for the socio-economic programs (e.g. HUBZone, WOSB, SDVOSB, etc.). Should your firm be interested in this requirement, please electronically submit your company's Capabilities Package in no more than 15 pages of 8.5" X 11," using at least 10 point font with one inch margins, and pages numbered consecutively. The cover page is not included in the 15 page limitation. The Capabilities Package: All interested small business firms shall submit a Capabilities Package that explicitly demonstrates company capabilities, indicating examples of the Key required components that include providing successful implementation of a comprehensive contract approach to manage and coordinate resources across the requirement to provide expert advice, guidance, and assistance in the area of space planning, interior design, and architectural support for CA/PPT Headquarters, Regional Offices, twenty-nine (29) Passport Agencies and Centers, and two (2) Passport Centers. Contractors shall provide past performance as to whether they have performed this type of work similar in size, scope and complexity. In addition to addressing the key components (1) provide a brief description of your company; size of company; years in business, and socioeconomic classification (item 6 below); the ability of your business to service multiple projects (up to 3) at one time in different geographical areas. Include a cover sheet that includes the company name and address; company representative name and contact information; and telephone number and e-mail address. The Capabilities Package should include at a minimum: (1)Company name / DUNS number (2)Primary Point of Contact (3)Phone Number and Email Address (4)Cage Code (5)NAICS Code (6)Socioeconomic Classification (7)Current GSA or GWAC contracts that are applicable to NAICS 541310 (8)Facility Clearance of Top Secret is required. The NAICS code for this service is 541310-Architectural Services. As additional information for prospective Offerors for a potential RFP/RFQ, a Top Secret facility clearance is required on the date of proposal submission. Your Capabilities Package shall address all items in the "Key Required Component" demonstrating your ability and expertise to provide the services that may be required by CA/PPT and (1) providing a brief description of your company; size of company; years in business, and socioeconomic classification (item 6 above); the ability of your business to service multiple projects (up to 3) at one time in different geographical areas as stated above. All interested small business firms shall submit an e-mail response demonstrating their capabilities by addressing all key required components. Your electronic response is due at 1:30 PM EST on May 21, 2015 to careyda@state.gov. No telephone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA15I0034/listing.html)
- Place of Performance
- Address: Department of State, 21st and Virginia Avenue, NW, Washington, DC 20520, or other State Annexes in the metropolitan Washington, DC area., District of Columbia, District of Columbia, 20520, United States
- Zip Code: 20520
- Zip Code: 20520
- Record
- SN03729448-W 20150515/150513234643-015098e15d76ab1999fb9818966fa812 (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 |