Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2017 FBO #5676
SOLICITATION NOTICE

C -- FBI CJIS DIVISION ENGINEERING AND ARCHITECTURAL SERVICES - Request for Qualfications SF 330

Notice Date
6/6/2017
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
DJF-17-1200-R-0000061
 
Point of Contact
Jennifer Robinson-Smith, Phone: 3046255293
 
E-Mail Address
Jennifer.Robinson@ic.fbi.gov
(Jennifer.Robinson@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR QUALIFICATIONS SF330 ENGINEERING AND ARCHITECT IDIQ Department of Justice Federal Bureau of Investigation Criminal Justice Information Service (CJIS) Request for Qualifications for Engineering and Architectural Services for CJIS Division Clarksburg, WV A. REQUEST FOR QUALIFICATIONS 1. This is a Request for Qualifications from Architectural and Engineering (A-E) Firms that are interested in competing to be selected for Government award of Indefinite Delivery and Indefinite Quantity (IDIQ), contracts for the Federal Bureau of Investigation, Criminal Justice Information Service (CJIS) Division located in Clarksburg, WV. Contractors are required to be located, either by virtue of their main office or satellite office, within an area permitting a maximum of 125 miles or a 2 ½ hour drive time radius from the FBI CJIS location. The primary North American Industry Classification System (NAICS) code is 541330 Engineering Services with an additional focus on 541310 Architectural Services. This announcement is for full and open competition. Design services required will be predominately for repair, renovation, alterations, maintenance support and minor construction type projects located at the CJIS Division in Clarksburg, WV. Designs will include preparation of drawings, specifications, design analysis and cost estimates to be used for Request for Proposals for Construction. Other types of A-E Services such as site investigation, surveying, drafting and Computer Aided Design (CAD) services, inspection, planning, studies and reports may be required as related to the project design. 2. In accordance with FAR Part 16.504, it is the contracting officer's intent to make multiple awards from this Request for Qualifications. A-E procedures will be used to competitively award between three (3) and five (5) IDIQ, Firm Fixed Price type contracts. The period of performance for contract(s) awarded as a result of this solicitation shall be from date of award for a one-year period, with four(4) additional one-year options or a maximum of $10 million obligated through task orders, whichever comes first. Individual task orders shall not exceed $1 million. A minimum guarantee of $2,000.00 shall be in place for each contract awarded. Evaluations of qualifications shall be in place to allow for fair opportunity for each individual task order. 3. Firms desiring consideration to provide Engineering and Architectural Services shall have a professional architect listed as a Design Team member on the Firm or Branch Office staff. Firm shall also have a registered professional mechanical engineer, registered professional electrical engineer, registered professional civil engineer, registered professional structural engineer, registered professional environmental engineer, landscape architect, interior designer, field inspector, a Leadership in Engineering and Environmental Design (LEED) accredited professional as a Design Team member either on the Firm or Branch Office staff; or listed as a Key Consultant. Fire detection and suppression, mass notification, interior and exterior electrical distribution, lighting, communications, environmental projects; and infrastructure projects to include domestic and fire protection, water, sewage, natural gas, medium voltage electrical distribution systems. Team members shall be experienced in the design of alteration, remodeling, repair, life safety analysis and environmental analysis for commercial and industrial facilities. Firm shall be experienced in green and sustainable facility design. 4. Security Requirements - All personnel scheduled to work on this project shall be U.S. citizens and shall be required to undergo a thorough security background investigation. B. INSTRUCTIONS TO ARCHITECT-ENGINEERING FIRM 1. AEP Firms who believe they meet the requirements listed in this announcement are invited to submit four (4) copies of the completed Architect-Engineer Qualifications, SF 330 and other information as required by this notice. All communication must be in writing and shall reference solicitation number DJF-17-1200-R-0000061. Written communications and submissions shall be sent to the FBI, 1000 Custer Hollow Road, CMT Room 208, Attn: Jennifer Robinson-Smith, Clarksburg WV 26306. Due to heightened security and scrutiny of mail entering Government buildings, offerors are encouraged to use an express mail courier to reduce possible delays in the delivery of submissions. NO HAND DELIVERIES WILL BE ACCEPTED BY THE FBI. Submissions must identify the name, address, telephone number and point of contact name. PLEASE NOTE - THIS IS NOT A REQUEST FOR PROPOSAL and no other general notification for this requirement will be made. The FBI Point of Contact is Jennifer Robinson-Smith, Contracting Officer, Jennifer.Robinson@ic.fbi.gov. 2. The SF330 must fully address all Evaluation Factors in order for the Firm to be considered for selection per General Instructions as stated on the SF330. Key Personnel defined in the Instructions for completion of the attached SF330 shall be listed on the Organizational Chart; and shall be only those that are proposed to play a major role in projects to be awarded under this contract. 3. The intended schedule of actions for this requirement is as follows: All Questions are to be submitted to the Contracting Officer via email Jennifer.Robinson@ic.fbi.gov NLT 4:00 PM EST on JUNE 16, 2017. Please use in subject line "Question for FBI Solicitation DJF-17-1200-R-0000061". Submissions of SF-330's will be no later than 4:00 PM EST, JUNE 26, 2017 C. SUBMITTAL FORMAT WITH SPECIAL INSTRUCTIONS AND EVALUATION FACTORS PART I - CONTRACT SPECIFIC QUALIFICATIONS SECTION A. Contract Information SECTION B. Architect-Engineer Point of Contact SECTION C. Proposed Team ESECTION D. Organizational Chart of Proposed Team FBI SPECIAL INSTRUCTIONS: Provide an Organizational Chart in ladder diagram format with a box for Design Team, Project Manager, and for each discipline necessary for Engineering Services and Architectural Services based on the requirements outlined under the Request for Qualifications. List the proposed Team Members in the box under their respective discipline. Indicate each Team Member's professional qualifications and employer; and designate the employer as the Principal Firm (PF), Branch Office (BO), Partnership (P), or Joint Venture (JV). Show the interrelationships within and outside of the A-E organization. SECTION E. Resumes of Team Members Proposed for this Contract. FBI SPECIAL INSTRUCTIONS: Submit maximum five relevant projects for each Member in which the proposed Team Member had a significant role. Submit in the same order listed above in Section C: Proposed Team, 1) projects location, 2) design completion date within the last five (5) years, 3) construction completion within the last five (5) years, 4) design -bid-build or design-build, 5) repair, alteration, or new construction 6) multiple discipline projects, 7) projects requiring LEED Certification, Life Safety, or Environmental Analysis, 8) projects performed with current firm and specified subcontractors or teaming ventures. SECTION F. Example Projects that Best Illustrate Proposed Team's Qualifications for this Contract. FBI SPECIAL INSTRUCTIONS: Submit maximum five recently completed design-bid-build or design-build projects designed by the Architect-Engineer Firm, preferably with the same role members and subcontractors proposed for the Team. Include projects that clearly state 1) designs completed in the last five (5) years, 2) construction completed in the last five years, 3) to be repair, alteration, or new construction, 4) to have multiple discipline complexity, 5) to have required LEED certification, Life Safety, or Environmental Analysis, 6) to be occupied during construction and require phasing, 7) to be designed with the same team members and subcontractors as the proposed Team referenced below in Section G. SECTION G. Key Personnel Participation in Example Projects Indicate the proposed Team Members that played a major role in the design of the Example Projects listed in Section F. PART II - GENERAL QUALIFICATIONS OF FIRM, BRANCH OFFICE, OR KEY CONSULTANT D. EVALUATION OF QUALIFICATIONS: Qualifications will be evaluated to determine compliance with this Request for Qualifications and a final overall rating will be determined by consensus of the Government team. Qualifications received will be evaluated on the basis of the above sections found in this Request for Qualifications to select the best qualified team. Because of the number of qualifications anticipated, uniformity is essential to ensure fair and accurate evaluation. All proposals must comply with the submittal instructions. While the Government Evaluation Team will strive for maximum objectivity, the selection process, by its nature, is subjective; and therefore professional judgment is implicit throughout the entire process. Part I, Section C. Proposed Team: Proposed Teams should clearly indicate professional qualifications necessary for satisfactory performance of required services. Part I, Section D. Organizational Chart of Proposed Team Higher consideration will be given to Firms that are the Prime Contractor with stated Mechanical, Electrical, Plumbing (MEP) & Architectural disciplines on staff and located in a single office. Firms with proposed Team Members employed in a Partnership, Joint Venture, and Branch Offices will be given less consideration. Identify which team member stated will be the designated project manager and who shall be the single point of contact for all projects. Part I, Section E. Resumes of Team Members Proposed for this Contract. Higher consideration will be given to proposed Team Members with specialized experience and technical competence in Engineering and Architectural work. Part I, Section F. Example Projects that best Illustrate Proposed Team's Qualification for this Contract. 1. Higher consideration will be given to projects which most closely reflect the type of work required as outlined Part A. Request for Qualifications portion of this announcement. 2. Higher consideration will be given to Firms with narrative describing how the team leader will assure projects awarded will be successfully accomplished, within budget, and schedules met. Part I, Section G. Key Personnel Participation in Example Projects Higher consideration will be given to Firms with proposed Team Members that played a major role in the design of the Example Projects listed in Section F, to additional information submitted on the proposed Team Members in Section E, and to Firms showing longevity in Key Personnel, as well as, Sub-Consultants. Part II, General Qualifications of Firm, Branch Office or Key Consultant 1. Higher consideration will be given to Example Project data submitted that demonstrates the reliability of the Firm in regards to cost control, quality of work, and compliance with performance schedules. 2. Higher consideration will be given to Firms demonstrating capacity to quickly assemble a team on short notice and accomplish the work in the required time. 3. Geographic Location - Contractors shall demonstrate their location, either by virtue of their main office or satellite office, within an area permitting a maximum of 125 miles or a 2 ½ hour drive time radius from the FBI CJIS location ***End of Request for Qualifications***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/DJF-17-1200-R-0000061/listing.html)
 
Place of Performance
Address: 1000 Custer Hollow Road, Clarksburg, West Virginia, 26554, United States
Zip Code: 26554
 
Record
SN04534034-W 20170608/170606235410-10022a6caa1da7d7bd53046964cc8dd6 (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.