Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
MODIFICATION

C -- Architect

Notice Date
1/10/2017
 
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
SGE50017R0033
 
Archive Date
2/21/2017
 
Point of Contact
Sara Collins,
 
E-Mail Address
collinsse@state.gov
(collinsse@state.gov)
 
Small Business Set-Aside
N/A
 
Description
This request on the behalf of the United States Department of State (DOS), Bureau of Overseas Building Operations (OBO) is for an Architect-Engineer (A-E) firm to provide a local or third country national (TCN) architect to supplement engineers as a part of the construction management of a New Embassy Compound (NEC) construction in Port Moresby, Papua New Guinea (PNG). The NAICS code for this acquisition is 541310 with a small business size standard of USD$7.5M. Responses to this request for SF330 Parts I and II shall be e-mailed electronically to CollinsSE@state.gov no later than 0800 Eastern Standard Time, 1400 Frankfurt time on 6 February 2017. This acquisition is unrestricted. Location. All inspection and construction management services will take place at the construction site of the New Embassy Compound (NEC) in Port Moresby, PNG. The construction program includes the following components: perimeter security fence; four (4)-story New Office Annex (NOX) attached to a re-purposed New Office Building (NOB); Main Campus Access Pavilion (MCAP), Marine Service Guard Residence (MSGR), Service Entry/Utility Building (SVC); enlarged Support Annex (SPX) and a new Recreation Facility. Scope of Services. The architect shall provide construction services primarily architectural inspections. The architect will review plans; recommend approval of shop drawings and submittals; maintain a daily log of construction activities; and other construction duties related to the project. The architect will inspect all construction activities within his/her areas of expertise. Occasional overtime and/or weekend work will be required. Minimum Qualifications of the Architect(s) • Registered and licensed in PNG as an architect. • Bachelor of Science in architecture from an accredited institution. • Five (5) years of experience in design and/or construction. • Capable of working independently. • Level IV English proficiency as defined by the Interagency Language Roundtable. • Demonstrated high standard of detailed knowledge of the construction industry, different building materials and their appropriate uses under varying circumstances and conditions. • Proven knowledge of local building codes and construction abilities. • The ability to learn U.S. Department of State's Bureau of Overseas Operations (OBO) construction codes, safety and security regulations. Minimum Requirements of the A-E Firm • Has the authorization to operate and do business in PNG; • Has obtained all the necessary licenses and permits required to operate in PNG; • Will comply fully with all laws, decrees, labor standards, and regulations of PNG during the performance of the contract; and • Has no delinquent U.S. Federal debt. Cost Range and Limitations. The estimated magnitude of the construction projects, collectively, is between USD$50 million and $80 million. Type of Contract. A contract with fixed, fully loaded hourly rate with a not-to-exceed ceiling is contemplated. Estimated Starting and Completion Dates. The estimated contract award date is March 6, 2017 with the estimated ultimate completion date of March 5, 2018. Note: Only one (1) individual is required, who will generally work forty (40) hours a week with occassional overtime. However, it will be the A-E firm's responsiblity to ensure coverage for the entire contract period in the event of illness, leave, separation from the firm, or death. Significant Evaluation Factors. Firms responding to this announcement will be evaluated on the above requirements based on the criteria in descending order of importance: • Professional qualifications necessary for satisfactory performance of inspections and construction management related to the architecture field; • Specialized experience and technical competence in architecture; • Capacity to accomplish the work in the required time; • Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; • Location in the general geographical area of the project and knowledge of the locality of the project. General Information. This is being procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. All firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) the requested supplemental data to the procurement office shown. The SF 330 Part I must clearly indicate the location where the work will be performed and the qualification of the individual(s) proposed to work on the contract and their geographical location. No other type of submittal is desired and will not be considered in the evaluation. This is NOT a request for proposal. A solicitation package is not available. The supplemental data accompanying the SF-330 must include a customer reference list with addresses and telephone numbers for all projects listed as relevant experience. All SF-330 submissions along with supporting data shall be limited to not more than 25 pages, 8 ½ x 11 paper, 12 pitch. Pages in excess of this maximum limit shall be removed from the proposal and will not be evaluated by the selection board. Experience identified in Block 19 shall not be more than five (5) years old. Firms responding to this announcement before the closing date and time will be considered for selection, subject to any limitations indicated with respect to the geographic location of firm, specialized technical expertise, or other requirements listed. Following an evaluation of the qualifications and performance data submitted, the firm that is considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of the firm for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific evaluation criteria listed in the announcement. Note: An active registration in the System for Award Management (SAM) is required at the time of the contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SGE50017R0033/listing.html)
 
Place of Performance
Address: Port Moresby, Papua New Guinea
 
Record
SN04368432-W 20170112/170110234810-8dd443134bf64a10e1709701a7fc8fd7 (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  © 1994-2020, Loren Data Corp.