Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2017 FBO #5655
SOLICITATION NOTICE

C -- Architectural Services for Master Planning

Notice Date
5/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
NB19000-17-00012
 
Archive Date
6/17/2018
 
Point of Contact
Gina Lee, Phone: 3019758334, Sandra Smith, Phone: 301-975-6646
 
E-Mail Address
gina.lee@nist.gov, sandra.smith@nist.gov
(gina.lee@nist.gov, sandra.smith@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(REQUEST FOR SF330s) The National Institute of Standards and Technology (NIST), an agency of the Department of Commerce is seeking qualified Architect-Engineering (AE) firms to submit Standard Form 330 (SF330) Architect / Engineer Statement of Qualifications for Architectural Services for Master Planning and other Associated pre-planning services for NIST facilities located nationwide. Facilities locations are Fort Collins, CO, Kekaha, HI; Boulder, CO and Gaithersburg, MD. The Architect Engineer firm shall assist NIST in providing professional services including all labor and material as required for master planning, programming, concept studies, space utilization studies, feasibility studies, cost estimating, business case analyses, environmental planning and analyses, site planning studies, security studies, cultural resources planning and support activates campus infrastructure planning, campus signage and 3-D mapping/model. Requirements will vary for each individual Task Order and will be defined by separate scopes of work. CONTRACT INFORMATION: The Indefinite Delivery-Indefinite Quantity (IDIQ) contracts will be for one base year from the date of award with options to extend the term of the contracts for four (4) additional one year periods to be exercised at the discretion of the Government, or until the maximum contract amount of $15,000,000.00 awarded across all IDIQs is reached, whichever is earlier. Each contract awarded will have a guaranteed minimum order of $10,000.00 for the total of the base year and all option years. The minimum value of any individual Task Order is $10,000.00 with a maximum Task Order value of $1,700,000.00. Each specific IDIQ Task Order shall be separately negotiated based on the A/E effort involved. SET-ASIDE INFORMATION: This procurement is a 100% set-aside for Small Business Architect Engineering firms. The primary North American Industry Classification System (NAICS) Code is 541310, Architectural Services. The Government intends to make a minimum of two (2) awards to qualified small business, but reserves the right to contract with more or fewer firms per the best interest of the Government. Offerors submitting a qualification package must have an active and valid registration in the System for Award Management (www.sam.gov). The awarded contracts will be firm-fixed price Indefinite Delivery-Indefinite Quantity (IDIQ). Firms submitting qualification packages must comply with Federal Acquisition Regulation (FAR) 52.236.25 Requirements for Registration of Designers Whereby Architects and Engineers must be registered to practice in the professional field involved in a State (the full text of the clause can be read at http://www.aquisition.gov). This procurement will follow the procedures established in the Brooks Act, Federal Acquisition Regulation (FAR) 15, FAR 36.6. The selection process will consist of the initial evaluation of the SF-330s' and determination of the highest rated firms. The highest rated firms will be invited to continue to the interview process. All firms not selected will be notified. Firms selected to move forward will participate in the interview/oral presentation process, after the conclusion of interviews the top ranked firms will receive the solicitation for pricing and conduct negotiations. SELECTION CRITERIA'S The evaluation factors listed below shall be addressed in Part H of the SF-330. Offerors requesting consideration are required to submit a current Standard Form 330 (Rev. 8/2016). Responses shall not exceed 60 pages (each side of a paper counts as a page) in length. Offerors responding are requested to clearly indicate those required services it intends to self-perform and those it intends to subcontract. NIST shall evaluate each potential offeror in terms of its (importance of factors in descending order): 1. Specialized experience and technical competence of the offeror and its proposed subcontractors performing facilities planning services within the past seven years. a. The offeror shall describe its proposed experience and subcontractors experience performing conceptual design studies, master planning of a campus greater than 50 acres, facility feasibility studies for a new or existing building, and programming, planning, and/or design of research facilities. b. The offeror shall also describe its experience working with its proposed subcontractors and key personnel. c. The offeror shall describe its technical competence in Federal sustainable design and energy conservation programs and proven success in achieving energy efficiency in facility planning design. 2. Professional qualifications of the offeror and its proposed subcontractor and key personnel, based upon projects completed within the last seven years. a. The offeror shall describe its professional qualifications and those of its proposed team (proposed subcontractors and key personnel). b. The offeror shall identify the roles of its key personnel by providing resumes for its proposed key personnel (i.e.: Principal, Senior Architect, Project Manager, Interior Designer, Analyst/Planner Programmer, Space Planner, Urban/Campus Planner) that include credentials, education, registrations, relevant experience, and the role to perform NIST's requirements. 3. Offeror's recent past performance on contracts with Government agencies and private industry, similar to that described herein, in terms of cost control, quality of work, and compliance with performance schedules. The offeror shall provide at least one reference for itself and its proposed subcontractors, as appropriate, for each project included in the SF-330. Under SF-330 Part I. Item F. 23 (Owner Information) reference's contact information must include valid phone number and e-mail address. 4. Capacity of the offeror and proposed subcontractors to accomplish the work within the required time frame. a. Current and planned workload - The offeror shall describe it and its subcontractors current and planned one (1) year workload. b. The offeror shall demonstrate its ability to comply with FAR 52.219-14, which requires at least 50 percent of the cost of contract performance incurred for personnel be expended for employees of the small business concern; and 5. Location of the firm within the general geographical area of the NIST main campus in Gaithersburg, MD., and/or the campus in Boulder, CO, as well as a. knowledge and experience with the local governing bodies and related agencies b. for the Gaithersburg campus include demonstrated knowledge and experience with submissions to the National Capital Planning Commission (NCPC). The selected offerors will be invited to present their qualifications in person to the Evaluation Board. All selected firms shall be provided with a Scope of Work, Interview Questions, and a description of the oral presentation evaluation factors. All offerors will be given approximately (7) calendar days to prepare for their interview presentations. Selected offerors will be evaluated and ranked by order of preference based upon presentations/interviews. After the interview presentations are concluded the offerors will be evaluated and the top-ranked offerors will be selected, sent solicitations, and subsequent negotiations to follow. Award selections will be made based on the results of the interview presentations and the SF-330 qualifications. PROJECT INFORMATION The following describes NIST's requirements for services from the Architect(s). Although NIST may require the Architect(s) to perform services at any of the NIST sites, the Gaithersburg and Boulder campuses will serve as the predominant locations for the services. 1. Master Planning - Urban design and campus planning services for the development and updating of NIST Master Plans. Also included is the preparation of an Environmental Assessment and/or an Environmental Impact Statement for each Master Plan to satisfy the National Environmental Policy Act (NEPA). 2. Programming - Program of Requirements (POR) that accurately reflects spatial, functional and operational requirements for a specific program or organization. Applying space standards approved by NIST, and utilizing questionnaires/interviews, the POR will articulate space needs, adjacency requirements, operational and performance requirements, as well as site and security requirements. 3. Space Utilization Studies - Comprehensive space analysis including organizational distribution of space (space assignments), overall space occupied by each organization, identification of support space, joint use space, space types, utilization rates by space, building, and organization. Provide space consolidation strategies and recommend more efficient utilization of space. 4. Concept Studies - Conceptual architectural design studies for new facilities and renovations. Mechanical, electrical, plumbing, structural, and site/civil and landscape planning shall be included as required. 5. Feasibility Studies - Existing building analysis and condition assessment including the capacity of the facility to meet the programmatic requirements. Architectural, engineering, infrastructure and site systems shall be included. 6. Cost Estimating - Concept level project budget estimates, detailed program or project cost estimates, life-cycle cost estimates (identification of all cost elements from initial concept through operations, support, and disposal). 7. Business Case Analyses (Cost Benefit Analyses) - Comparative analysis that presents facts and supporting details among competing alternatives. It considers life-cycle costs as well as quantifiable and non-quantifiable benefits. 8. Environmental Planning and Analyses (NEPA compliance and documentation) - Project, program, or site-wide environmental analysis to determine NEPA compliance level (Categorical Exclusion, Environmental Assessment, Environmental Impact Statement), and accompanying documentation. 9. Transportation Planning & Studies - Specialized studies regarding all modes of transportation at a project level, within a NIST site, a NIST site related to the surrounding community and environment, and/or on a regional level as it pertains to NIST. 10. Site Planning Studies - Specialized site studies pertaining to a portion of a NIST site, or a specialized campus wide study including landscaping, signage, land use, natural resources, etc. 11. Space Planning - Space planning for office, laboratory, and support spaces. 12. Security Studies - As related to physical facility or campus security analysis and design. 13. Cultural Resource Planning and Support Services - Specialized studies and/or support for NHPA Section 106 Consultations. NHPA Section 110 survey work related to both above and below ground resources. 14. Campus Infrastructure Planning - Site utility systems including, but not limited to, steam, condensate, chilled water, domestic water, sanitary, electrical, IT, and security systems. Investigations and planning of campus distribution systems site-wide or for specific portions of the site. 15. Campus Signage, including wayfinding, gate signage, kiosks and building identification signs 16. Campus Mapping, including 3-D mapping All submissions must include a completed Standard Form (SF) 330, Architect/Engineer Qualifications. The SF330 shall not exceed a total of 60(each side of a sheet counts as one page) in a common font, size 12, single spaced. Use graphic presentations where such use will contribute relevant data. Page size 11"x17" may be used for graphics and charts. The background color of each page of the submission shall be white or ivory stock only. A page is defined as each face of an 8.5 X 11-inch sheet of paper containing information. Deliver via US Mail, FedEx, UPS, etc. (or hand-deliver) the original SF330 and three (5) copies to The National Institute of Standards and Technology(NIST) 100 Bureau Drive, building 301 Room B112 (Mail Stop 1640), Attn: Gina Lee, Gaithersburg, MD 20899). DEADLINES: Request for Information (RFI): Offerors deadline to submit RFI's is by 1:00pm on June 1, 2017. RFI's are to be directed only via email to Gina Lee at gina.lee@nist.gov and copy Sandra Smith at sandra.smith@nist.gov. The Government response will be posted no later than June 8, 2017. Offerors shall submit, one original and five (5) copies of the SF330, proof that AE firm is permitted by law to practice the professions of Architect or Engineering (ex: state registration number,) qualification packages must be received at the address cited above no later than June 30, 2017, 1:00pm Eastern Standard Time to be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB19000-17-00012/listing.html)
 
Place of Performance
Address: 100 Bureau Dr., Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN04510129-W 20170518/170516234419-8dc4545647cbaff3336192bacc46c4fd (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.