Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 14, 2004 FBO #1053
SOLICITATION NOTICE

C -- Multi-Discipline Architect Engineer Services for Indefinite Delivery Contract

Notice Date
10/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Court Services and Offender Supervision Agency, Office of the Director, Procurement Management Staff, 633 Indiana Avenue, NW, Suite 880, Washington, DC, 20004-2902
 
ZIP Code
20004-2902
 
Solicitation Number
9594-05-R-0001
 
Response Due
11/12/2004
 
Archive Date
11/15/2004
 
Description
THERE IS NO SEPARATE REQUEST FOR PROPOSAL TO DOWNLOAD. ALL INFORMATION NEEDED FOR INTERESTED FIRMS TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT-ENGINEER QUALIFICATIONS, IS CONTAINED HEREIN. 1. PROJECT INFORMATION: Provide multi-discipline ArchitectEngineer (A-E) design services under an Indefinite Delivery contract for the Office of Facilities, Court Services and Offender Supervision Agency (CSOSA) for the District of Columbia to include, but not limited to, design, abbreviated design, space planning, and construction support services. CSOSA is an independent executive branch federal agency established pursuant to the National Capital Revitalization and Self-Government Improvement Act of 1997. CSOSA assumed cognizance related to pretrial services, parole, probation and other supervised release functions in, and on behalf of, the District of Columbia. Its mission is to improve public safety, prevent crime, reduce recidivism, and support the fair administration of justice in close collaboration with the community, local and federal authorities. In executing this mission, CSOSA operates from leased spaces. Under the intended Indefinite Delivery Contract, the selected A-E firm shall support CSOSA with preparing plans, specifications, design analysis, construction estimates, categorical exclusions, indoor air quality surveys, space measurements, and various studies (for example, Space Analysis, Requirements Studies, and Project Development Studies) of current and planned leased office facilities. The essential A-E services include architectural, landscaping, civil, mechanical, electrical, and structural engineering design as well as project management and environmental testing / consulting services (e.g., indoor air quality surveys, minor asbestos and lead paint abatement work, etc.). The construction support services typically involve a variety of renovation, alteration, and minor construction projects. Services shall also include conducting preliminary market surveys and zoning research for future leases, along with developing lease acquisition strategies. Additionally, the A-E firm will be required to provide a range of professional services to assist with facilities maintenance, such as, but not limited to, monitoring and oversight of facilities program schedule, coordinating facilities program resources, serving as principle point of contact for contracted services, and conducting invoice reviews. Interested A-E firms should demonstrate their qualifications, along with the qualifications of any proposed subconsultants, through submission of a completed SF 330 on or before 3:00PM (Eastern time) on the 12th of November 2004. A fillable version of this form is available from the GSA website at http://www.gsa.gov, under the forms link in the section entitled About GSA. 2. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance. CRITERIA: a. Professional qualifications of firm's staff and consultants to be assigned to this project, which are necessary for satisfactory performance of required services; b. Specialized experience and technical competence in the type of work required; c. Capacity of the firm to accomplish the work required on a task order basis; d. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; e. Location in the general geographical area of CSOSA and knowledge of the District of Columbia permits and licensing requirements. 3. CONTRACT INFORMATION: Multi-Discipline Architect-Engineering (A-E) Design Services for the Court Services and Offender Supervision Agency (CSOSA) procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36. One Indefinite Delivery Contract will be negotiated and awarded, with a base period of one calendar year and four one-year option periods. The amount of work in each contract period will not exceed an estimated $1,000,000. Option periods may be unilaterally exercised when the contract amount for preceding period has been exhausted, or nearly exhausted. Work will be issued through negotiated, firm fixed-priced task orders, not to exceed the limit for the each contract period. The anticipated contract award is February 2005. Applicable NAICS Codes are 54131 and 54133, with a Small Business Size Standard of $4 Million. This announcement is UNRESTRICTED, open to all businesses regardless of size. If a large business is selected for contract award, the firm must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. To be eligible for contract award, interested A-E firms must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov 4. SUBMISSION INFORMATION: This is not a Request for Proposal and there is no solicitation package. Phone calls are discouraged unless absolutely necessary as specific program requirements are not available and will not be developed until after award of a contract. Submissions of SF 254/ SF 255 will not be reviewed or evaluated. Interested firms shall submit a typed, one sided SF 330 in hardcopy. Attach an organizational chart of the prime and proposed subconsultants, showing the names and roles of all key personnel listed in SECTION E, with the associated firm as listed in SECTION C of the SF 330. When completing PART II of the SF 330, describe the extent a subsidiary firm is subject to the holding or parent company in terms of management decisions, policy guidelines and/or bookkeeping. The Government office designated for receipt of the SF 330 is Court Services and Offender Supervision Agency, Attention: Elizabeth Moya, Office of Procurement, 633 Indiana Avenue NW, Suite 888, Washington DC 20004. Firms intending on hand delivery of a proposal should schedule sufficient time for processing through building security screening. Upon reaching the 8th floor, there is a phone outside the glass doors under the sign for Suite 820. Use this phone to gain access to the Procurement Office (in Suite 880). In addition, interested A-E firms should be aware that special security measures are in place for materials sent via a commercial vendor (e.g., FedEx) or through the United States Postal Service (USPS). Such deliveries are only allowed to one floor in the building, with the deliveries then redistributed by an inhouse mail system. In order to ensure receipt at the designated Government office above, firms should plan for any type of mail delivery on the day preceding the date/time previously specified. The Government assumes no obligation for payment of any expenses incurred by any firm in the preparation of a response to this synopsis.
 
Place of Performance
Address: Washington, DC
Zip Code: 20004
Country: USA
 
Record
SN00692609-W 20041014/041012211512 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.