Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOLICITATION NOTICE

C -- MISCELLANEOUS ARCHITECT/ENGINEER SERVICES IN SUPPORT OF FACILITIES PROGRAMS

Notice Date
4/1/2020 7:48:48 AM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
NATIONAL ACQUISITIONS - CO WASHINGTON DC 20534 USA
 
ZIP Code
20534
 
Solicitation Number
15BNAS20RCA00002
 
Response Due
5/10/2020 9:00:00 AM
 
Archive Date
07/01/2020
 
Point of Contact
Laurence Faytaren, Phone: 2025140439
 
E-Mail Address
lfaytaren@bop.gov
(lfaytaren@bop.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SYNOPSIS OF PROPOSED CONTRACT ACTION. FOLLOW THE INSTRUCTIONS CONTAINED IN THIS NOTICE FOR RESPONDING TO THIS OPPORTUNITY. � The Federal Bureau of Prisons (Bureau) anticipates the need for a multiple-award, indefinite delivery, indefinite quantity (IDIQ), firm-fixed-price contract for architect-engineering (A/E) services in support of Bureau�s facilities program. The requirement will consist of a one year base period and up to four option years. The Government anticipates no more than three awards. The services shall be for various Bureau�s institutions located in the 48 contiguous states, Hawaii and Puerto Rico. The Architect/Engineer services, referred to as the A/E, shall provide architectural, engineering, construction, and related services for existing institutions. Most projects will take place in a fully occupied, fully operational, secure correctional environment. Firms are to perform services as required by the issuance of individual task orders. The guaranteed annual minimum amount of each contract is $1,000.00 and the estimated annual maximum is $3,000,000.00. The maximum amount of any individual task order is $3,000,000.00. The North American Industrial Classification System (NAICS) code applicable to this requirement is 541310 (Architectural Services). Interested firms must be registered in the System for Award Management (SAM) at www.sam.gov. NAICS code 541310 must be included where applicable in the registrations. The current size standard for the NAICS code is $8.0 million average annual receipts for the firms preceding three fiscal years. This requirement will be fulfilled pursuant to Federal Acquisition Regulation (FAR) 36.6 and The Brooks Act. Pursuant to FAR 36.209 and 36.606(c), for any firm(s) receiving an award under this requirement, no construction contract may be awarded to the firm (including any of its subsidiaries or affiliates) that designs the corresponding project. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting Parts I and II of the Standard Form 330 (Architect �Engineer Qualifications) dated not more than 12 months before the date of this synopsis. The current version (8/2016) of the form, along with any extra pages/sections, may be retrieved from https://www.gsa.gov/reference/forms (type ""SF330"" in the Find a Form search). Include a cover letter detailing the firm's name and address (as registered in SAM), DUNS #, TAX ID (TIN) #, and the main point of contact for the company throughout the solicitation process. Submissions should be on standard 8.5"" x 11"" format with no extraneous attachments. The SF330 shall be type, at least 11 point or larger. The SF330 Parts I and II pages shall be numbered sequentially. Any other information submitted such as company brochures, leaflets, etc., will not be considered. Selection Criteria The Bureau will evaluate firms� qualifications under the selection criteria set forth below. The selection criteria are listed in descending order of importance. Selection Criteria A through F are the primary criteria and will be evaluated for all firms. The firms that demonstrate the better aggregate qualifications relevant to the primary selection criteria will be considered to participate in the interview. The firms that demonstrate the highest aggregate qualifications relevant to the primary selection criteria will be considered the most highly qualified to perform the required services described in this synopsis. Evaluations will note the strengths, deficiencies, weaknesses (to include significant weaknesses) and risks of each proposal, in a summary format with supporting narrative. Definitions. ���� Strength is defined as an aspect of the proposal that increases the likelihood of successful contract performance. ���� Deficiency is a material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level ���� Weakness is a flaw in the proposal that increases the risk of unsuccessful contract performance. A �significant weakness� in the proposal is a flaw that appreciably increases the risk of unsuccessful contract performance. ���� Risk is a potential to cause disruption of schedule, increased cost or degradation of performance. Primary Selection Criteria The objective of the evaluation shall be, consistent with the stated selection criteria, to recommend the most highly qualified firms for selection by the selection authority. The selection criteria�s in descending order of importance are: Past Performance � 30 point value, past performance on contracts with Government agencies and private industry as demonstrated in terms of cost control, quality of work, and compliance with performance schedules as demonstrated by the following sub criteria: Briefly describe at least 2 projects for each of the following types. Projects should be not more than 5 years old. One of each type should be for a federal or other government agency. Project types are: existing facility alteration/renovation/repair design and construction; comprehensive physical plant and infrastructure or site investigations studies for existing facilities; comprehensive energy savings project development and implementation for existing facilities; new design and construction; and new design/build projects. The following items applies to all project types: Outline the project�s size, scope, cost, schedule and date accomplished Identify your firm�s/staffs� role in accomplishing the project Identify resources used to accomplish the project including consultants or subcontractors used Identify any technical or managerial challenges encountered during project development and implementation and indicate how these were overcome Provide documentation from project owners regarding the success of your efforts in meeting related schedules, budgets, and achieving any required levels of quality for the project In addition to the above, the Government may review other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the PPIRS (Past Performance Information Retrieval System) including CPARS, using DUNS (Data Universal Numbering System) numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the firm�s SF 330, inquiries of owner representative(s), FAPIIS (Federal Awardee Performance and Integrity Information System), or other databases; telephone interviews with organizations familiar with the firm�s performance, Government personnel with personal knowledge of the firm�s performance capability, and any other known sources not provided by the firm. Specialized Experience & Technical Competence � 20 point value, specialized experience and technical competence in the type of work required, including where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials as demonstrated by the following sub criteria: Experience performing historic preservation studies, documentation, renovation, and rehabilitation design for federal facilities Experience in prisons and correctional facilities Experience using and complying with federal standards and guidelines for design and construction such as the Bureau of Prisons Technical Design Guidelines Capacity to Accomplish the Work-� 20 point value, capacity to accomplish the work in the required time as may be demonstrated by the following sub criteria: The firm�s capacity and ability to successfully manage consultants and subcontractors The firm�s ability and experience with computer assisted design, engineering, and facilities management (CADD & CAFM) Discussion of the firm�s current workload Acceptability Under Other Criteria � 15 point value, acceptability under other criteria as required by the FBOP as demonstrated by the following sub criteria Acceptability of an established team of key personnel of licensed or otherwise certified professionals that shall remain intact for the duration of this contract The firm�s experience designing and implementing sustainable design projects The firm�s experience performing and managing effective quality control programs Previous experience of the established team working together as a team on federal design and engineering projects Team members proposed to accomplish site surveys or work inside the prison must be able to achieve security clearances Professional Qualifications � 10 point value, professional qualifications necessary for satisfactory performance of required services as demonstrated by the following sub criteria: Presentation of experience of licensed or otherwise certified professionals responsible for certifying that design, construction, and/or existing conditions comply with Life Safety, Environmental, ICBO, Seismic, Energy, and Accessibility codes, regulations, and laws Location in the General Geographic Area � 5 point value,� Location in the general geographical area of the project and knowledge of the locality of the project, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project, as demonstrated by the following sub criteria: Presentation of general project experience on a nationwide basis Regarding proposers� submittal of information in response to Past Performance criteria and sub criteria, the following recommendations are offered. Proposers shall submit the requested project related information in Section F of the Standard Form 330. Assign key numbers for each project submitted per the SF 330 instructions for Section F. The documentation requested from owners as part of the past performance sub criteria regarding the success of the firms� efforts in meeting related schedules, budgets, and achieving required levels of quality for the project shall be submitted in Section H of the SF 330. This information shall be identified with the same key number as the related project presented in Section F. Instructions for Section F indicates that up to 10 projects can be submitted, however, firms should submit as many projects, within reason, as they deem necessary to demonstrate their past performance and technical experience. Selection criteria will be based on the following evaluation factors: Past Performance �������������������������������� 30 Specialized Experience & Technical Competence���� 20 Capacity to Accomplish the Work�� ���������� �����20 Acceptability Under Other Criteria �������������� 15 Professional Qualifications ��������������������� 10 Location in the general geographic area����� ���� 5 Maximum possible �������������������������������� 100 points Price: is not an evaluation criteria. There shall be no discussion of price in the initial response. Price will be evaluated at the task order level. Interview The Bureau will conduct interview for the firms that demonstrate better aggregate qualifications in the primary selection criteria. If so afforded, firms will be notified in writing of the interview�s requirements, date, time, location shall be at the A/E firms where the work will be accomplished, and amount of time allowed for the presentation and/or questions and answer period. Time frames will be strictly enforced. Firms slated for interview may be asked to clarify information contained in the SF330 submittal. Any such interchange between the offeror and the Government will be for clarification only and will not constitute discussions within the meaning of FAR 15.306(a). All firm costs associated with attending the interview shall be borne by the firm. Submit Past Performance details (maximum of three (3) pages per project for each type) of at least 2 projects of for each of the following types (Utilize Section H of the SF-330). Projects should be not more than 5 years old. One of each type should be for a federal or other government agency. Submit via email to Laurence Faytaren, lfaytaren@bop.gov. All responses must be received no later than April 10, 2020 12:00 PM EST. Failure to submit all required information may result in rejection. Note: email attachments may not exceed 14 megabytes (total of all attachments in any single email message). Attachments larger than this will be rejected by our network. Alternatively a CD-ROM may be mailed and delivered by the date and time specified above to: Laurence Faytaren, Federal Bureau of Prisons, National Acquisition Section, 320 First Street, NW Suite 901-5, Washington, DC 20534. The subject line of the email must state �15BNAS20RCA00002 A/E Submission (Company Name).� � All Questions concerning this solicitation must be emailed to lfaytaren@bop.gov �no later than 12:00 p.m. EST on Tuesday, March 24, 2020. The subject line of the email must state �15BNAS20RCA00002 Offeror Questions-(Company Name).� If you have questions about SAM, Government procurements in general, or need assistance in the preparation of you bid/proposal, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org. List of Attachments: Statement of Work Past performance Questionnaire Labor Rates
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ce304fd02cbf46efbcd6ed51bcb187a5/view)
 
Record
SN05606918-F 20200403/200401230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.