Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 28, 2021 SAM #7271
SOURCES SOUGHT

C -- Architectural and Engineering Services

Notice Date
10/26/2021 11:01:36 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
WASHINGTON HEADQUARTERS SERVICES WASHINGTON DC 203011000 USA
 
ZIP Code
203011000
 
Solicitation Number
HQ003421SSN712-0001
 
Response Due
11/29/2021 2:00:00 PM
 
Archive Date
12/14/2021
 
Point of Contact
Nia Holloway, Myra M. Freeberg
 
E-Mail Address
nia.m.holloway.civ@mail.mil, myra.m.freeberg.civ@mail.mil
(nia.m.holloway.civ@mail.mil, myra.m.freeberg.civ@mail.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. GENERAL INFORMATION: Washington Headquarters Services (WHS) is seeking qualified firms capable of performing Architectural and Engineering (AE) services, as defined in 40 U.S.C. 1102 and FAR 2.101. This Sources Sought announcement is for market research and preliminary planning purposes only. No proposals are being requested and none will be accepted in response to this notice. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. AE services, as defined in 40 U.S.C. 1102 and FAR 2.101, means� (1) Professional services of an architectural or engineering nature, as defined by State law, if applicable, that are required to be performed or approved by a person licensed, registered, or certified to provide those services; (2) Professional services of an architectural or engineering nature performed by contract that are associated with research, planning, development, design, construction, alteration, or repair of real property; and (3) Those other professional services of an architectural or engineering nature, or incidental services, that members of the architectural and engineering professions (and individuals in their employ) may logically or justifiably perform, including studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, plans and specifications, value engineering, construction phase services, soils engineering, drawing reviews, preparation of operating and maintenance manuals, and other related services. Responses from �all� sources are requested; Other than Small Businesses, Small Businesses, 8(a) Small Businesses, HUBZone Small Businesses, Service-Disabled Veteran-Owned Small Businesses, Woman-Owned Small Businesses and Economically Disadvantaged Women-owned Small Businesses are encouraged to respond. � If at least two qualified small businesses are identified during this market research stage, any competitive procurement that may result may be conducted as a small business set-aside. �Small businesses are defined under the associated The North American Industry Classification System (NAICS) code is 541330, Engineering Services (Small Business Size Standard: $16.5M). �The Product Service Code (PSC) is C211, Architect - Engineer Services (including landscaping, interior layout, and designing). All interested capable business concerns regardless of size are encouraged to respond to this notice. ELIGIBILITY REQUIREMENTS: 1.�� �Registration in the System for Award Management (SAM) database is required prior to award of any contract. Failure to be registered in the DoD SAM database may render your firm ineligible for award.� 2.�� �Performance on any subsequent contract for the aforementioned services will require an active Facility Clearance at the SECRET Level.� 3.�� �The prime contractor and consultants shall be located within a 50-mile radius of the Pentagon Reservation located in Arlington, VA and be knowledgeable of the locality. PLACE OF PERFORMANCE: Washington Headquarters Services (WHS) managed government-owned or leased facilities in Washington, D.C. and the National Capital Region (NCR), including the Pentagon Reservation in Arlington, VA; the Mark Center campus in Alexandria, VA, Ft. Belvoir and the surrounding areas, as well as Raven Rock Mountain Complex (RRMC) in Fairfield, PA. Services may include the development of previously undisturbed land. The projects and task orders will be negotiated and issued by the Acquisition Directorate of WHS. PROSPECTIVE CONTRACT INFORMATION: �The Government intends to award a single-award Indefinite Delivery Contract (IDC) with a one-year base term and four 12-month option periods plus six-month extension. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to availability of funds and the satisfaction of the performance requirements under the subject contract. �Firm-fixed-price task orders will be negotiated under the IDC. The IDC�s total fee shall not exceed $80 million for the entire term. The minimum dollar amount for any task order shall not be less than $3,500.00. The guaranteed minimum for the entire contract term (including all option years) is $5,000.00 and will be satisfied by award of the initial task order. � SCOPE OF SERVICES: For the purposes of this notice, a stand-alone contract or a single task order under an IDC is referred to as a �project�. The selected firm must have the capability through in-house staff or consultants to perform the required AE services for a variety of projects, including new construction and renovation/alterations. Project scope under this contract includes, but it not limited to, the provision of project products, analysis, assessments, studies support, master planning, facility system engineering, structural engineering, environmental engineering, transportation planning/engineering, and space use studies; design of new facilities and maintenance, repair, restoration, and/or alteration of existing facilities/utilities/pavements; and pre/post construction award services. Preparation/updating project pre-planning / programmatic documentation (economic analysis, feasibility study, cost estimates and DD Form 1390/1391s), Design-Build and Design-Bid-Build RFP packages, permitting requirements, proposed schedules and phasing, related studies, field investigations, surveying and mapping, tests, evaluations, consultations, conceptual designs, soil borings, hazardous materials identification, energy computation, life safety code studies, interior space comprehensive planning/design, value engineering, other associated engineering services, shop drawing review, as-built preparation, Operation and Maintenance Support Information (OMSI), commissioning, construction inspection and engineering consolation services during construction, and other related services. CAPABILITIES ASSESSMENT: For market research purposes, capability will be assessed based on the two areas listed below in descending order of importance.� This is NOT selection criteria and we are requesting only the items specified under ""Submission Requirements"" Area 1.�� �Specialized Experience and Technical Competence: �Interested firms are to provide at least five (5) recent/relevant projects that specifically demonstrate the areas of emphasis below, and represent complexity and magnitude as listed below. The projects may be Federal/Civil or Commercial. Residential projects will not be considered to determine specialized experience. Recent projects must have 100% design and 100% constructed�completed within 7 years of the date of this announcement. Relevant projects are those with construction costs above $2 million that reflect the specialized experience and technical competence of the interested firm and/or proposed subcontractor(s), as prime contractors or subcontractors, performing services similar to those described above in the paragraph titled Scope of Services. Typical task orders issued under this contract are expected to range between $150,000 to $3,000,000. �Historically, the yearly projected workload can yield up to 20 task orders ranging from, full design effort, planning, and post construction award services. �For at least two projects, show that the interested firm performed greater than 50% of the work (whether as the prime or subcontractor). Provide the contract and/or task order number for each project. Provide the total cost (i.e. the total value of the project) not simply the value of the work performed by the interested firm and/or any proposed subcontractor. �Specifically, and concisely highlight elements of successful schedule control. �Projects shall emphasize the ability of the contractor to deliver successful AE services for both Design-Build RFP (inception through bridging documents/RFP) and Design-Bid-Build delivery methods, including Post Construction Award Services (PCAS). a.�� �Projects 1 and 2 - Design of renovation, alteration, repair and new construction of commercial and government facilities in an integrated base/installation or campus setting. Emphasize aspects of the work that involved utility surveys, subsurface investigation, field investigation, existing structural and architectural assessment, renovation, and/or repair, and building envelope design or repair for energy savings, moisture protection, and architectural compatibility. b.�� �Project 3 - Work that entailed historic preservation, and at least one of the following: i.�� �HVAC control modernization,� ii.�� �Project consultation with the National Capital Planning Commission, Commission of Fine Arts, and State Historical Preservation Offices � c.�� �Project 4 - Work that entailed sustainable design (e.g. sustainable infrastructure assessment, energy conservation, pollution prevention, waste reduction, use of recovered materials, low impact development, MS4 Storm Water Management, water efficiency, indoor environmental quality) per Guiding Principles for Sustainable Federal Buildings, or LEED reporting tools. The Pentagon building has a Silver Level LEED Certification. d.�� �Project 5 � Work that entails Anti-terrorism/force protection regulations and cyber security. Area 2.�� � Professional Qualifications:� a.�� �General Qualifications (Standard Form 330 Part II) � The interested firm must complete SF 330 Part II General Qualifications. This section should only account for in-house personnel, not partners, subcontractors, consultants, etc. b.�� �Resumes of Key Personnel � The interested firm must have, either in-house or through consultants or subcontractors, the disciplines listed below. To demonstrate qualifications, resumes for persons filling these disciplines are to be provided. �Each resume shall not exceed one page in length. All Professional Registrations, Licensures and/or Certifications must state certification numbers and expiration dates (as applicable). Engineers and architects must have a bachelor�s degree from an accredited four-year college or university (the accredited college or university is required to be listed on the resume) with a major in the specific field of study and five (5) years of project experience in their discipline. The role listed must use the exact same discipline nomenclature as listed below. No individual shall serve in more than one role. � Additionally, all Key Personnel must be shown on the organizational chart.� i.�� �Program Manager (Site Manager) ii.�� �Senior architect iii.�� �Senior landscape architect iv.�� �Senior structural engineer v.�� �Senior civil engineer vi.�� �Senior mechanical engineer vii.�� �Senior electrical engineer viii.�� �Senior interior designer ix.�� �Senior fire protection engineer x.�� �Senior environmental engineer xi.�� �Historic preservation specialist xii.�� �Master planning specialist xiii.�� �Network/cyber security engineer xiv.�� �Building Automation System/controls engineer c.�� �Relevant Projects - Relevant Project information should be brief and highlight specific roles and tasks performed by the Key Personnel, Project Type, Scope, and Costs. No more than three projects should be listed for each resume, and each project listed must have been completed within seven (7) years of publication of this announcement. �(Note: The projects provided for Specialized Experience and Technical Competence may also be used to address this area, however, not by reference only.) SUBMISSION REQUIREMENTS: Interested firms that meet the eligibility requirements described in this announcement are invited to submit a brief capability package (no more than 30�pages in length, single-spaced, 12-point font minimum), which includes: A Complete Contractor Information Form A Project Information Form for each project submitted demonstrating the requisite experience A Complete Standard Form 330 Part II General Qualifications Resumes for all key personnel� Organizational Chart Ensure that the email Subject Line includes the notice ID HQ003421SSN712-0001
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b594878a32a448329d1c8412418847c3/view)
 
Place of Performance
Address: Arlington, VA 22202, USA
Zip Code: 22202
Country: USA
 
Record
SN06164911-F 20211028/211026230120 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.