SOLICITATION NOTICE
C -- Worldwide design services - Omnibus document. - Prohibited Countries List
- Notice Date
- 4/5/2017
- Notice Type
- Presolicitation
- 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
- SAQMMA17R0337
- Archive Date
- 5/25/2017
- Point of Contact
- Brian F Mulcahy, Phone: 875-6012
- E-Mail Address
-
mulcahybf@state.gov
(mulcahybf@state.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Public Announcement in accordance with Federal Acquisition Regulations (FAR) Part 36.6, Architect-Engineering Services. Interested firms shall submit qualifications based on the Stage 1 requirements of this announcement. Upon receipt of qualifications submissions, the Department will conduct a technical evaluation in accordance with the selection criteria in FAR 36.602-1. If, upon evaluation of these submissions, there are a sufficient number of small businesses with the required demonstrated competence and qualifications, the procurement may be considered for a small business set-aside. This notice is issued in order to complete a Brooks Act Stage 1 technical evaluation. It does not constitute a request for proposal, or a commitment on the part of the government to issue a solicitation for the services identified below. Offerors are advised the government will not pay for information submitted in response to this request for qualifications, nor will it compensate offerors for any costs incurred in the development/submission of its qualifications package. As noted above, the procurement may be set aside, in some capacity, for small businesses. The decision will be based on whether a sufficient number of small business enterprises are determined to be the most highly qualified offerors, at the conclusion of the (Brooks Act) Stage 1 technical evaluation. The U.S. Department of State (DOS), Office of Logistics Management, on behalf of the Bureau of Overseas Buildings Operations (OBO), anticipates awarding at least eight indefinite delivery/indefinite quantity contracts to qualified architect/engineer (A/E) firm-led teams (prime or joint venture) of licensed professionals to provide comprehensive architectural and engineering services. OBO's mission is to provide safe, secure and functional facilities that represent the U.S. government to the host nation and support our staff in the achievement of U.S. foreign policy objectives. These facilities should represent American values and the best in American architecture, design, engineering, technology, sustainability, art, culture, and construction execution This solicitation covers A/E services for both new construction and modernization projects at U.S. diplomatic facilities worldwide. Modernization projects may include upgrades, renovation and rehabilitation of existing facilities. DOS intends to award contracts to the most highly qualified A/E firms that can perform new construction and modernization design services. However, if any firm is evaluated as having higher qualifications in one category, but not both, such that the firm stands out in comparison to the qualifications of other offerors, the Department may choose to award a contract to that firm. Awards will be made in accordance with the best interests of the government. Each offeror selected for award shall receive a single contract for new construction and modernization services. OBO projects requiring A/E services range in complexity from completely new Embassy or Consulate compounds to systems upgrades at existing facilities. New construction projects may include office buildings, residences, support, and recreation facilities. They are often located on undeveloped sites. OBO projects requiring modernization services include a variety of building types and are usually located on operational diplomatic compounds that must be kept functional during construction. These projects may include new office buildings, annexes, or additions, existing embassy and consulate rehabilitations and renovations, fit-out of leased commercial office space, security upgrades, and improvements to a variety of DOS residences. Projects may be strictly new construction, modernization, or a combination of the two. They may occur in nations with well-developed infrastructure, building codes and permitting processes, or in developing nations with challenging local conditions. Most projects require A/E teams to travel to the project site and develop effective working relationships with local consultants and government officials. The estimated cost of construction for each project ranges from $1 million to $750 million. Each contract shall consist of a one-year base period with four one-year optional service periods. The Government guarantees a minimum of $50,000 in task orders over the life of each contract. The total amount of task orders issued under each contract is not expected to exceed $50,000,000 per year. Task orders may include but are not limited to the following: architectural and engineering studies; analysis of potential new construction sites; analysis of potential new construction on existing compounds; site utilization studies and master planning; preliminary planning and due diligence; sustainability reports; conceptual and schematic designs; design development; construction documents and specifications; budget assessments; cost estimates; life-cycle cost analysis; value engineering; design intent and peer review services; construction phase services; claims analysis services. The participation of the A/E firm on the preliminary work on a given project may affect the A/E's ability to participate in competitively-sourced follow-on work or on future design-build teams for that project.   Contract services shall include the following through professionals who are licensed, registered, or certified, where applicable: architecture, landscape architecture, long range planning, master planning, initial and detailed planning, site utilization studies, interior design, space planning, space programing, furniture specification, graphics and signage design, food service design, environmental and sustainable design, scheduling, cost estimating, and budget assessment. In addition, the following engineering services shall be provided: electrical, mechanical, plumbing, structural, blast, civil, geotechnical, environmental, seismic, technical and physical security, lighting, acoustical, chemical and biological protection, telecommunication, fire protection, value engineering, cost-estimating, and vertical transportation. A/E's shall provide administrative coordination of the various disciplines involved, and shall ascertain and work within the U.S. Government's requirements and the applicable laws, codes and standards at the overseas project sites. Knowledge and experience in the preparation of planning, design and construction documents employing alternative delivery methods (e.g. design-bid-build, bridging, and design-build) will be required. The successful offeror(s) shall be required to provide design and drawing files that are produced in or compatible with AutoCAD Release 2015 and REVIT Architecture 2015. Any software version other than noted will require approval prior to start of the project. OBO's ProjNet application shall be required for the electronic transmission of Unclassified and Sensitive but Unclassified USG information, and ProjNet-C for Classified U.S. Government information, once under contract. Department of State projects deliver excellence through a comprehensive process that aims to represent the best of American architecture, design, engineering, technology, sustainability, art, culture, maintainability, and construction following the Guide to Excellence in Diplomatic Facilities (https://overseasbuildings.state.gov/excellence). A/E firms responding to this solicitation should demonstrate their ability to produce their best possible product based on their design achievements and portfolio of work of similar complexity. A two-stage process shall be used in the award selection, as follows: In Stage 1, prospective offerors will submit portfolios of accomplishment that establish the capabilities of the A/E firm and the Lead Designer. Offerors will be point-scored by a Technical Evaluation Panel (comprised of representatives from the Overseas Buildings Operations, Department of State, and other government agencies) based on the criteria provided in this announcement. The Panel shall establish a short-list of the most highly qualified firms 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, and quality control plans, and past performance. Stage 2 submissions will be reviewed by a Technical Evaluation Panel, which may include different members than the Stage 1 Panel. The short-listed offeror(s) shall be interviewed, most likely at State Annex Six located in Arlington, VA. Interviews shall include a presentation by the firm. The Technical Evaluation Panel will make a determination of the most highly qualified teams consistent with the announced criteria and will recommend the offeror(s) for award to the OBO Director. Stage 1 Submission Requirements and Evaluation Criteria The assembled content for the Stage 1 portfolio should be no more than 65 single-faced pages (exclusive of dividers) in an 8 ½" x 11" format. 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. Submit a cover letter referencing the FedBizOpps solicitation and briefly describe the A/E firm profile, areas of expertise, organizational makeup, and noteworthy accomplishments. (Maximum length: 2 pages.) (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(s), should the proposed offeror be selected for the contract. (Does not count towards page limitation.) (3) A/E Firm Design Portfolio (40 points maximum). Submit a portfolio representative of the A/E firm's past performance on design. The portfolio shall include not more than six (6) projects that have been designed and fully constructed in the last ten years (maximum of five pages per project). Projects may be either new construction or modernization, or any combination of the two. The offeror may submit projects that emphasize capabilities in one or both categories. Offerors shall comment on the relevance of submitted projects to OBO. The material shall address the design approach with salient features for each project and explain through narrative, images, and diagrams how the client's program, image, mission, economic, schedule, maintenance, functional and operational objectives were satisfied by the overall design/planning solution. This section of the submission shall also cite certificates, awards, peer recognition, etc. demonstrating excellence, and provide a client reference contact for each project, including name, title, address, email, and phone numbers. At a minimum, a site plan, a representative floor plan, a building section, two photographs, and other appropriate drawings and diagrams must be included for each project. (Maximum length: 30 pages.)  (4) A/E Firm Organization and Strategy (10 points maximum). Submit an organization chart and narrative that identifies work typically performed by the offeror and work typically performed by consultants. Specific consultants do not need to be identified for this submission, but consultant disciplines shall be identified. The narrative shall describe the offeror's approach to managing workload, strategy to work on multiple OBO projects concurrently, and means of assuring quality of contract deliverables. (Maximum length: 5 pages) (5) Lead Designer Profile(s) (10 points maximum). Submit a biographical sketch (maximum of three pages per person) including education, professional experience, and recognition for design efforts inclusive of the portfolio examples. Identify proposed areas of responsibility and the ability to commit to multiple OBO projects concurrently while ensuring leadership of the team and quality of the design. (Maximum length: 10 pages.) (6) Lead Designer Portfolio (20 points maximum). Submit a portfolio representative of the Lead Designer's ability to deliver excellence on relevant construction projects. The portfolio shall comprise three projects that have been designed and fully constructed in the last ten years (maximum of five pages per project). Offerors shall comment on the relevance of submitted projects to OBO and the material shall address the Lead Designer's participation in the project; the overall design philosophy and salient features of the project; and how the client's program, image, mission, economic, schedule, maintenance, functional, and operational objectives were satisfied by the overall design/planning solution. Cite any certificates, awards peer recognition, etc., demonstrating design excellence. Where there is duplication with criteria (3) A/E Firm Design Portfolio, the Lead Designer shall clearly cite their specific responsibilities on the project. (Maximum length: 15 pages.) (7) Philosophy and Design Intent (20 points maximum). The Lead Designer(s) shall state the parameters of their overall design philosophy; their approach to the challenge of public architecture and its representational character; parameters that may apply in creating an overseas diplomatic presence; and their commitment to integrated and sustainable design. (Maximum length: 3 pages.) Identification of team members, other than the Lead Designer(s), is not required in this stage. The Lead Designer is the individual or individuals who will have primary responsibility to lead the team in the development of the project. Consultants and the "production firm" (if different from the A/E firm) information will be required in Stage 2 and should not be included in the Stage 1 portfolio.  The short-listed 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 the 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. This is neither a request for proposal nor a design competition. Since a contract may result in an award over $500,000, large businesses will be required to submit a small business subcontracting plan prior to contract award. The small business size standard North American Industry Classification System code is 541310, $7 million average. In order to be eligible for award of this contract, the successful offeror 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. Personnel requiring access to classified information or Controlled Access Areas (CAAs) at DoS locations must possess a Secret personnel security clearance issued by DSS. Additionally, the successful offeror selected for contract award must possess, or immediately obtain an Accredited Information System (AIS), approved by DSS, for processing classified information. Performance on this contract will require access to the Department's ProjNet-C, for receipt and transmission of all classified information, and a DSS-approved classified AIS for processing classified information. Offerors already possessing the necessary FCL should submit their appropriate Commercial and Government Entity (CAGE) Code with their Stage 2 submissions. If an uncleared offeror from the Stage 2 short-list is recommended to the Director for selection, the Department of State will sponsor the uncleared firm for an FCL. Firms which form joint ventures must also comply with the above FCL requirements. Each entity comprising the joint venture must be issued an FCL, as well as the joint venture. Sponsorship does not guarantee that the firm will receive the clearance. Until the selected firm has been issued at least an Interim Secret FCL, and received DSS approval to safeguard classified documents, they will not be eligible for contract award. A period of 120 calendar days, from the date of sponsorship, will be allowed for an uncleared contractor to obtain a Secret FCL. If the firm has not obtained the FCL after 120 days, the Government may terminate negotiations with the offeror, and may move to select another short-listed firm for award.  Foreign firms are not eligible for FCLs. Only U.S. firms organized and operating in the U.S. or Puerto Rico, or a U.S. possession or trusted territory, are eligible for facility clearances. U.S. firms which are determined to be under Foreign Ownership, Control or Influence (FOCI) are not eligible for an FCL unless actions (as directed and approved by DSS) can be taken to effectively negate or reduce associated FOCI risks to an acceptable level. This process often takes more than the 120 calendar days allotted for clearance. Information on the clearance process can be found on the DSS website, at http://www.dss.mil, under Industrial Security. Certain design team subcontractors/consultants may also require FCLs and personnel security clearances. The Department may sponsor one uncleared design subcontractor/consultant, at the request of an uncleared selected lead firm. Any other uncleared design team subcontractors/consultants must be sponsored by the selected firm, only after that firm receives its own FCL. A copy of the Prohibited Countries List, from which offerors may not choose design team members, can be obtained from the Contracting Officer listed in the last paragraph of this announcement. Selection shall be in accordance with the Brooks Act, P.L. 92-582 (40 U.S.C. 1101-1104). After the successful offeror has been selected, the resultant contract award will be dependent on the conclusion of successful negotiations concerning level of effort and price. Firms being considered for award under this acquisition are limited to "United States Person" offerors, as defined in the Act. The offeror(s) must complete and submit one copy as part of its qualification package the pamphlet (bound separately), Certifications Relevant to Public Law 99-399, Statement of Qualifications for Purpose of Section 402 of The Omnibus Diplomatic Security and Antiterrorism Act of 1986. (The pamphlet is attached to this announcement and may also be obtained from the Contracting Officer listed at the end of this notice.) A firm being considered for award must meet the definition of a "United States person" of P.L. 99-399, Section 402 thereof, as follows: (1) be legally organized in the United States more than five years prior to the issuance of a request for proposal; (2) have its principal place of business in the United States; (3) have performed within the U.S. administrative, technical or professional services similar in complexity, type of construction, and value of the project being solicited; (4) employ U.S. citizens in a least 80 percent of principal management positions in the U.S.; and (5) have existing technical and financial resources in the U.S. to perform the contract. Firms not meeting the "United States persons" requirement will not be considered.   Offerors that meet the requirements described in this announcement are invited to submit the required Stage 1 documents. Offerors shall submit one original signature, two hard copies, and one digital (PDF) version on CD. The CD file shall not be password protected or otherwise locked. The submission shall incorporate tabs to clearly identify the different submission requirements. Offerors may find a copy of the SF-330 at the following website: http://www.gsa.gov/portal/forms/type/SF. Offerors are advised that inaccurate or incomplete submissions, or those not meeting the submission requirements, may result in immediate disqualification. All Stage 1 submissions (including one hard copy, separately bound, statement of qualifications of P.L. 99-399), must be received by 11:00 a.m., Eastern Daylight Time, on May 10, 2017. Requests for clarification must be received, in writing, by Mr. Brian Mulcahy, not later than 2:00 p.m., Eastern Daylight Time, on April 12, 2017. The e-mail address to submit clarification questions is mulcahybf@state.gov. Clarifications received after the deadline, and telephone requests for information, shall not be accepted. The mailing address, including hand-delivery and courier service (Federal Express, UPS), is as follows: Mr. Brian Mulcahy, U.S. Department of State, Office of Logistics Management, 1735 North Lynn Street, Room 425E, Arlington, VA 22209.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA17R0337/listing.html)
- Place of Performance
- Address: Worldwide., United States
- Record
- SN04461952-W 20170407/170405235951-4ef4d31fee16e4f9e0885788b53484a3 (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 |