Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2005 FBO #1439
MODIFICATION

C -- Architectural & Engineering Services, Project Monitoring, & Technical Assistance/Support for the IRS Real Estate and Facilities Management (REFM) Division, for Office Locations Nationwide.

Notice Date
11/2/2005
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, MD, 20745
 
ZIP Code
20745
 
Solicitation Number
Reference-Number-IRS-REFM-C-541310
 
Response Due
11/18/2005
 
Archive Date
11/18/2005
 
Description
Sources Sought Notice for Architectural/Engineering Services: The Internal Revenue Service (IRS) has requirements for architectural and engineering services, project monitoring, and technical assistance/support in support of the IRS Real Estate and Facilities Management (REFM) Division, operating divisions/functions and field offices geographically located throughout the United States. The REFM is located within the Chief, Agency-Wide Shared Services (AWSS) and serves as the IRS focal or central point dealing with the planning, coordinating, directing and implementing of all projects and tasks which affect real estate and personal property. These proposed contracts will provide support to REFM in these areas and is known as the Architect-Engineer Support Services Contract (A/ESSC). The geographic locations are: Midwest (ID, MT, WY, UT, CO, ND, SD, NE, KS, OK, MN, IA, MO, AR, WI, IL, TX), West Coast (AK, HI, CA, OR, WA), Southwest (NM, AZ, NV), Central and Ohio Valley (OH, MI, IN, KY, TN), Southeast (NC, SC, GA, FL, AL, MS, LA, PR, Virgin Islands), Mid-Atlantic (PA, NJ, DE, MD, VA, DC, WV) and Northeast (ME, NH, VT, MA, RI, CT, NY). Work sites include divisions/functions and their associated territory, area and industry offices, submission processing/customer service sites, several customer service/call sites, computing centers and various posts of duty. The IRS does not desire photographs, art work, sketches, or any such information be submitted in the response. The anticipated start date of any resulting contract is July 1, 2006. Three one-year-indefinite delivery, indefinite quantity, firm fixed-price contracts with four one-year renewal options are anticipated. For one year the maximum to be obligated in each year will be $12,000,000.00 making the maximum value of this contract $60,000,000.00 over its life. For the remaining two contracts the maximum to be obligated in each year will be $3,000,000.00 making the maximum value of these contracts $15,000,000.00 each over their life. The NAICS code for this procurement is 541310 with a small business size standard of $4.0 million. The technical assistance and support, architectural/engineering services, and related special and supplemental studies specified for performance and delivery shall be made only as authorized by task orders issued against the contract in accordance with the Ordering clause. A/E related and program support services must be demonstrated in the following categories: 1. Architectural/Engineering Design Services, 2. Systems Integration & Telecommunication, 3. Project Monitoring, 4. Physical Facilities Analysis, 5. Construction Monitoring, 6. Operations and Maintenance Procedures, 7. Safety Security and Risk Analysis, and 8. Special Technical and Supplemental Studies. Architectural/Engineering Design Services primarily affect the operating divisions/functions and subordinate office, submission processing, customer service/call sites and computing centers, and include the full range of services supporting research, programming, criteria development, and design; the preparation of technical portions of solicitation and procurement documents in coordination with and through the General Services Administration (GSA); preparation of documents for alterations, repairs, and new acquisition of real and personal property. Project Monitoring must be provided to the IRS in operations planning, the technical requirements related to contract administration, controls, scheduling, and performance. The A/E must provide facility design, engineering site preparation and related planning and implementation assistance and support to IRS contractors on existing interim and modernized processing systems and local area and IRS-wide networks. The physical facilities analysis will primarily affect the submission processing/customer service sites, territory, area and industry offices regarding physical issues, interim and long-term improvements, expansions or new facility concepts or designs, and related issues supporting the REFM. The A/E must provide assistance to the IRS in the execution of the IRS responsibilities and for the technical aspects of construction management and post construction services. Development of operation and maintenance procedures/programs will also be required. The A/E must also provide services related to operations programming, in safety, physical security, and risk management areas. Task orders must involve active interaction with the IRS and daily contacts with individuals at IRS field offices, coordination with GSA, lessors, building developers and other A/E firms, and general contractors. Services associated with the development of special technical or supplemental studies must also be required. A narrative statement must be submitted addressing the special qualifications and evaluation features listed below. Firms whose submittal does not meet the Qualification Criteria will be advised of that determination. The firm must meet the minimum requirements of the following Qualification Criteria: 1) Have successfully completed or be currently satisfactorily performing work on projects in building design, construction or construction management. This experience must exceed an average of $100M per year in construction value awarded for the last three years and been performed in the name of the firm. 2) Have successfully completed or be currently successfully performing work on projects in which A/E related services in support of a client?s mission or program have covered at least the following: Design and Engineering; Program Assistance; Telecommunication; Physical Facilities Analysis; Construction Management; and Other Special and Technical Architecture and Engineering Supplemental Studies. 3) Have offices in at least four of the following geographic areas: Midwest (ID, MT, WY, UT, CO, ND, SD, NE, KS, OK, MN, IA, MO, AR, WI, IL, TX), West Coast (AK, HI, CA, OR, WA), Southwest (NM, AZ, NV), Central and Ohio Valley (OH, MI, IN, KY, TN), Southeast (NC, SC, GA, FL, AL, MS, LA, PR, Virgin Islands), Mid-Atlantic (PA, NJ, DE, MD, VA, DC, WV) and Northeast (ME, NH, VT, MA, RI, CT, NY). The evaluation criteria listed below in descending order of importance (Note: factors 5 and 6 are equal). 1) Professional qualifications necessary for satisfactory performance of the required services. The qualifications, including experience, professional registration, and education for the key individuals (in support of this contract) proposed by the prime and subcontractor/consultants will be evaluated under this criteria. 1a) Each firm must provide proof of the firm?s capability to provide registered architectural and professional engineering services in all 50 states and US territories as shown in the geographic areas cited in this synopsis. 2) Specialized experience and technical competence in the type of work required. Type of work includes Architecture/Engineering Design Services Systems Integration and Telecommunication; Project Monitoring; Physical Facilities Analysis; Construction Monitoring; Operations and Maintenance Procedures; Safety, Security and Risk Analysis; Special Technical and Supplemental Studies; Other services as related to the IRS Real Estate and Facilities Management and internal Architectural/Engineering sites geographically located in the Eastern United States. 3) Capacity to accomplish work in the required time. This factor includes an evaluation of the firm?s ability to respond to and process multiple task orders for various IRS offices in the geographic areas. This factor also includes an evaluation of the firm?s current corporate management structure and the proposed organizational structure to execute the work under this contract to include assigned responsibilities, communication flows, and flow of authority lines within and between the organizations in the team. 4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 5) Location of offices in the following general geographic areas: Midwest (ID, MT, WY, UT, CO, ND, SD, NE, KS, OK, MN, IA, MO, AR, WI, IL, TX), West Coast (AK, HI, CA, OR, WA), Southwest (NM, AZ, NV), Central and Ohio Valley (OH, MI, IN, KY, TN), Southeast (NC, SC, GA, FL, AL, MS, LA, PR, Virgin Islands), Mid-Atlantic (PA, NJ, DE, MD, VA, DC, WV) and Northeast (ME, NH, VT, MA, RI, CT, NY). (Note: As indicated in the Qualification Criteria, firms must have offices in at least four of these areas). The objective of this Sources Sought announcement is to obtain capabilities statements, based on the requirements outlines above, from all interested small businesses. A small business interested in bidding as a prime contractor under a set-aside program must provide sufficient information to demonstrate that compliance with this requirement can be met. All interested businesses are hereby invited to submit a capabilities statement of no more than 10 pages (not including past performance information). The capabilities statement should be tailored to this request and specifically address the company?s capabilities to provide the services outlined above. The statement should also include information on corporate experience, as well as key staff experience with A/E programs of similar size, scope and complexity. The response should include past performance information on A/E programs of similar size scope and complexity including: Contract Name, Point of Contact, Phone Number, email address, and Description of Services Provided. The response should address basic corporate information including annual gross revenue, number of employees in the company, number of years in business, and the primary focus of the business and associated NAICS code(s). The cover letter submitted in response to this request should include the following information: Company Name, Primary Point of Contact, Address, Telephone Number, Fax Number, E-mail address for POC and Interest as Prime Contractor or Subcontractor. The cover letter should also indicate the socioeconomic status of the company as one or more of the following: small business, 8(a) business, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned business, or large business. Please note: This sources sought notice is not a Request for Proposal (RFP). This sources sought is not to be construed as a commitment by the Government to issue a solicitation, to ultimately award a contract, or to otherwise pay for the information solicited herein. Response to this request will not serve as a proposal, bid, or offer, and will not be used by the Government to form a binding contract. Interested parties shall respond with one hard copy of their capabilities statement. Responses must be received by 2:30 PM Eastern Time, November 18,2000 at the following address: Internal Revenue Service ATTN: Rose Zeigler, (OS:A:P:B:A), 6009 Oxon Hill Road, Room 700, Constellation Centre, Oxon Hill, MD 20745. If you have any questions you can reach me at (202) 283-1419, or via e-mail Rose.M.Zeigler @irs.gov.
 
Record
SN00925327-W 20051104/051102212413 (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.