Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2003 FBO #0424
SOLICITATION NOTICE

C -- A-E Support Services

Notice Date
1/28/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
S-ALMEC-03-R-0027
 
Archive Date
3/20/2003
 
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 (OBO), anticipates awarding up to two indefinite quantity/indefinite delivery contracts to professional, licensed architectural/engineering firms with global offices to support the Department's construction, facility rehabilitation, and system replacement, physical and technical security upgrade, construction and renovation of communications facilities (information management and emanation security systems), and building maintenance projects and programs at various worldwide foreign service posts, as well as OBO offices in Rosslyn, VA. The overseas post facilities are either owned or leased by the Department and include embassies, office buildings, warehouses, maintenance shops, and housing. Each contract shall consist of a one-year base period with four one-year optional service periods. The Government guarantees a minimum of $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 is for professional services including, but not limited to, preparing facility assessments and comprehensive maintenance plans, architectural and engineering studies, master plans, construction specifications development, design and construction contract statements of work, cost estimates for design and construction, operation and planning support services, data integration, engineering feasibility studies, construction environment profiles, business assessment validations, blocking and stacking diagrams, site utilization studies/plans, CADD CD-ROM and site data archive services, R&D efforts related to building technology, QA/QC initiatives including training, the review of design documents prepared by others, studies and analyses, and facility, project and construction management. Although no major design services are required under this contract, limited physical and security design for security and surveillance systems and special forced entry, ballistic resistant construction, and communication centers and their associated systems is required. The following disciplines are required, at a minimum: architecture (including historic preservation and landscape), electrical, mechanical, fire protection, structural (including blast/seismic design), civil/geotechnical engineering, planning, cost estimating, facility management, project management, and construction management. Firms responding to this announcement must have demonstrated management experience coordinating the participating disciplines, working with U.S. Government's requirements and other applicable U.S. and foreign laws, codes, and standards (e.g., preparation of design documents in metric units and the submission of construction documents in the latest AutoCAD version). 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 who 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 two 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) Specialized experience and technical competence in preparing facility assessments and maintenance plans; architectural and engineering studies, planning, master plans; design and construction contract statements of work; studies and analyses; cost estimates for design and construction; review of design documents prepared by others; facility, project, and construction management. Experience in R&D, training, and QA/QC. Experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Provide examples for no more than seven recent projects - 30 pts. b) Professional qualifications of required disciplines stated above necessary for satisfactory performance of the required services. - 30 pts. c) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Providing services on a task order rapid response basis, coordinating multi-disciplinary efforts, either in-house or with consultants, and providing effective cost and quality control. Although previous performance of a similar U.S. Government contract is not required, if such a contract has been performed, the contractor must have performed satisfactorily. Briefly describe internal quality assurance, coordination, schedule, and cost control procedures, and indicate effectiveness by citing its successful use on no more than five recent projects. If using subcontractors or consultants, describe how you have successfully worked together to provide similar services under a previous contract(s) - 20 pts. d) Experience providing facility, project, and construction management on Government and commerical projects in the U.S. and overseas - 10 pts. e) Previous experience with overseas facility projects, knowledge of foreign building codes, standards and construction practices - 10 pts. For each project identified in the responses to the foregoing evaluation criteria, provide the name, address, telephone number, and e-mail address of a client representative and identify which members of the proposed design team participated on the project. 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 2003 subcontracting goals are: small business 40%; small disadvantaged business 5%; women-owned business 5%; HUBZone business 3%; and service disabled veteran business 3%. The small business size standard North American Industry Classification System code is 541330, $4.0 million average. Selection will be in accordance with the Brooks Act , P.L. 92-582 (40 U.S.C. 541, et seq.). After short-listing by a Pre-Selection Board, firms will be required to make a presentation to the A/E Council (Selection Board) in Rosslyn, VA. 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. Requests for clarification must be submitted, in writing, to Mr. Brian Mulcahy, not later than 3:00 p.m., Eastern Standard Time, on February 12, 2003. The e-mail address to submit clarification questions is MulcahyBF@State.Gov. All 254/255 submittals must be received by 3:00 p.m., Eastern Standard Time, on March 5, 2003. U.S. Postal Service mailing address: Mr. Brian Mulcahy, U.S. Department of State, A/LM/AQM/FDCD, Room L-600, P.O. Box 9115, Arlington, VA 22219. Courier address (Federal Express, UPS, etc): 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: World-wide
 
Record
SN00247819-W 20030130/030128213145 (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.