Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2002 FBO #0096
SOLICITATION NOTICE

C -- A/E Design Services IQCs

Notice Date
3/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, SA-6, 2nd Floor P.O. Box 9115, Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
Reference-Number-Big5-2002
 
Response Due
4/16/2002
 
Archive Date
5/1/2002
 
Point of Contact
Brian Mulcahy, Contract Specialist, Phone 875-6012, - Patricia Regalo-Warren, Branch Chief/AE, Phone 875-6282,
 
E-Mail Address
mulcahybf@state.gov, regalo-warrenpa
 
Description
The U.S. Department of State (DOS), Office of Logistics Management, on behalf of the Overseas Buildings Operations, anticipates awarding up to five indefinite quantity/indefinite delivery contracts to professional, licensed firms to provide architectural (prime or JV) and engineering services for new construction projects, project planning, facility renovation, rehabilitation, restoration, and system replacement projects, physical and technical security upgrades, and the construction and renovation of post communications centers at foreign service posts worldwide. Construction projects are not expected to exceed $15 million. Projects may include design-build definition or bridging work. In those cases, as in large design-bid-build projects (where construction value is over $10 million), such projects may affect the A/E's ability to participate in follow-on work or design-build teams for that project. Each contract shall consist of a one-year base period with four one-year optional service periods. The Government guarantees a minimum or $100,000 in task orders over the life of each contract. The total amount of orders issued under each contract shall not exceed $5,000,000 per year. The contract will be for professional services to include, but not be limited to, facility assessments and architectural and engineering studies, site utilization studies and master planning, preliminary designs, design development, construction documents, specifications, construction estimates, design reviews of other A/E firms, value engineering studies or reviews, and construction phase services. Services shall include all disciplines: architectural, including historic preservation, landscape architecture, master planning, space planning, electrical distribution systems, mechanical systems, structural, blast, civil/geotechnical engineering, seismic, security systems/engineering, lighting systems, acoustical engineering, chem-bio (NBC) engineering, information/telecommunications systems, cost estimating, food service, interior design, environmental, energy conservation and sustainability, fire protection and alarm systems, scheduling, value engineering, and vertical transportation, as well as routine administrative coordination of the various disciplines involved; and ascertaining and working within the U.S. Government?s requirements and the applicable laws, codes and standards at the overseas project sites. Familiarity with sustainable design through an integrated design approach is required. The preparation of construction documents via alternative documentation methods (e.g. design-bid-build plans, specifications, and design-build) is required. Construction documents shall be submitted with AutoCAD version 2000 or higher (until October 2000, AutoCAD R14.01 or higher files are acceptable), for each submission. In order to be eligible to perform under this contract, the successful offeror must possess or be able to obtain a Department of Defense (DoD) Secret facility clearance (FCL), issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M. Specifically designated personnel assigned to this contract must also possess a Secret personnel security clearance issued by the Defense Industrial Security Clearance Office (DISCO). Subcontractors which will require access to classified information must also possess a DoD Secret FCL. All offerors will be required to comply with security requirements as detailed in the NISPOM. If a selected offeror does not possess the necessary FCL, the Department of State will sponsor the firm for an FCL. Sponsorship does not guarantee that the firm will receive the clearance. A period of six calendar months from selection of the final offeror will be allowed for this offeror to obtain the necessary FCL. After this period the Government may, at its discretion, consider awarding the contract to another firm or awarding less than five contracts under this effort. Firms, which form joint ventures, must also comply with the above FCL and personnel security clearance requirements. Firms responding to this announcement on or before the closing date will be considered for selection using the following evaluation criteria - 100 points maximum: a) Professional qualifications necessary for satisfactory performance of required services, as listed above. Show any licenses, registrations, or other certifications, as well as awards and other indicators of high quality performance - 20 pts. b) Specialized experience and technical excellence in facility planning and design, sustainable design, rehabilitation/renovation, adaptive reuse, and system replacement projects involving multiple disciplines (e.g. architectural, master planning, mechanical, civil/geotechnical, structural, electrical and interior design/space planning) for facility sites, office buildings, residences, warehouses, and other support facilities - 25 pts. c) Internal quality management plan, past performance, schedule, and cost control procedures. Describe internal quality control and assurance plan and firm's ability to successfully provide and coordinate discipline efforts either in-house or with consultants. If using consultants, demonstrate this success as a team in providing similar services. Indicate effectiveness by listing award amount, A/E design schedule (planned vs. actual), final design estimate and construction change order rate for five projects within the past five years. Provide this information in a matrix format. Each firm's past performance(s) and performance ratings will be reviewed - 15 pts. d) Specialized experience and superior technical competence in 1) physical and technical security upgrades including security and surveillance systems and special forced entry and ballistic resistant construction and 2) the construction and renovation of communication centers and their associated power systems and physical and technical security requirements - 15 pts. e) Specialized experience and technical competence in the renovation and restoration of historically significant buildings - 10 pts. f) Specialized experience in design-build projects, including the preparation of bridging documents, writing performance requirements, and developing statements of work for design-build projects - 10 pts. g) Previous experience with overseas projects and knowledge of foreign building codes and standards and construction practices - 5 pts. Failure to address each of the evaluation criteria, in writing, will result in failure to qualify. Additionally, failure to provide the requisite information will result in failure to qualify. This is not a request for proposals. 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 DOS Fiscal Year 2002 subcontracting goals are: small business 40%; small disadvantaged business 5%; women-owned business 5%; HUBZone business 2.5%; and service disabled veteran business 3%. The small business size standard North American Industry Classification System code is 541330, $4.0 million average. A/E firms that meet the requirements described in this announcement are invited to submit two copies of the following: (a) Standard Form 254 Architect/Engineer and Related Services Questionnaire, (b) Standard Form 255 Architect/Engineer and Related Services Questionnaire for Specific Project (maximum of 100 pages). Upon notification of selection, the A/E will be required to submit a copy of its Quality Management Plan (QA/QC) Plan within 10 working days for review and approval. In addition, firms must submit two copies of a statement of qualifications for purposes of Section 402 of the Omnibus Diplomatic Security and Antiterrorism Act of 1986 P.L. 99-399 (questionnaire forms are available by FAX request to Mr. Brian Mulcahy at 703-875-6292, or by e:mail at MulcahyBF@State.Gov). 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 at least 80 percent of principal management positions in the U.S.; employ U.S. citizens in more than 50 percent of its permanent, full-time positions in the U.S. (5) have existing technical and financial resources in the U.S. to perform the contract; and (6) have no business dealings with Libya. Firms not meeting the ?United States persons? requirement will not be considered. Requests for clarification must be submitted, in writing, to Mr. Brian Mulcahy, not later than 3:00 p.m., Eastern Standard Time, on April 11, 2002. The FAX number to submit clarification questions is (703) 875-7332; the e-mail address is MulcahyBF@State.Gov. All submittals must be received by 3:00 p.m., Eastern Standard Time, on April 16, 2002. Postal Mailing address: Mr. Brian Mulcahy, U.S. Department of State, A/LM/AQM/FDCD, Room L-600, Washington, DC 20522-0611 (be sure to include 0611). Courier address: Mr. Brian Mulcahy, U.S. Department of State, Office of Logistics Management, 1701 North Fort Myer Drive (17th Street Entrance), Room L-600, Arlington, VA 22209.*****
 
Place of Performance
Address: Worldwide
 
Record
SN00036475-W 20020308/020307124245 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.