Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2006 FBO #1791
SOLICITATION NOTICE

C -- A&E Services

Notice Date
10/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Justice, Bureau of Prisons, Central Office Business Office, 320 First Street, NW, Room 5002, Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
Reference-Number-0020-07
 
Response Due
11/15/2006
 
Small Business Set-Aside
8a Competitive
 
Description
This is a Pre-Solicitation Notice. The Federal Bureau of Prisons (BOP) Central Office Business Office is seeking qualified 8(a) Architect and Engineering firm to support the Facilities Management Branch, Building Services Section in various demolition/renovation (construction) projects throughout three Central Office buildings occupied by the BOP (320 1st St, 400 1st St, & 500 1st St.). A Firm Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) single award, contract for Architect/Engineer Support Services is anticipated. Aggregate performance period is anticipated to be a Base + four (4) 1-year options. The NAICS for this acquisition is 541310. ID/IQ guaranteed minimum will be $10,000 per year, with an estimated maximum of $300,000.00 per year. Required services will be of an architectural and engineering nature associated with research, planning, development, design, construction, alteration, or repair of real property - and design of new projects and modifications to existing Federal buildings occupied by the BOP in accordance with the American for Disabilities Act. Additional services will include but not be limited to: Construction Quality Management (CQM) Services for miscellaneous projects as follows: (1)Preparation of ?As Built? drawings as used in this contract means drawings submitted by a contractor or subcontractor at any tier to show the construction of a particular structure of work as actually completed under this contract. (2)Preparation of Construction Documents to include blueprints and specifications manuals. (3) Computer Assisted F-Drawings (CADD Service); (4) Construction Administration & Inspection Services including estimating percentage of job completion and applicable codes; (5) Cost Estimated services includes preparing detailed cost estimates for funding projects; (6) Energy Conservation and Management Services to include conversation studies and program design; (7) Feasibility and prospectus Development Services to include previewing projects before funding;(8)Computer Aided Facility Management Services to include reports and information retention; (9) Historic Renovation to include research of proposed projects to preserve historical integrity; (10) Environmental Engineering will ensure all assigned projects comply with all applicable environmental regulations; (11) Outside grounds design with the perimeters of the HOLC Building; (12) Mechanical services provides for all necessary mechanical drawings associated with individual projects; (13) Fire protection information will ensure all assigned projects comply with all applicable fire codes; (14) Electrical and HVAC testing for engineering requirements; and(15)Requests for Quotation (RFQ) and/or Requests for Proposal (RFP) documents which may be used for Demolition/Renovation contracts. These services will be accomplished through the issuance of individual task orders. Services will be provided to the Facilities Management Branch, Building Services Section located in Washington, D. C. Consideration will be limited to 8(a) firms, having an existing office located within Washington, D. C. or surrounding areas to include Virginia and Maryland. Interested parties must be licensed to practice their respective professions. Responses shall be made by completion and submittal of Standard Form (SF) 330, Architect-Engineer Qualifications, and pertinent supplemental data. Completion of the SF-330 should be in accordance with the instructions. Each offeror will be evaluated based on information provided on the SF-330 and as follows: (1) Organizational chart of proposed team members and their roles; (2) Relevant Experience of all team members (prime, joint venture, subcontractors, and/or consultants) to be listed by firm; (3) Technical capabilities of key personnel (i.e., academic degree, professional registration, certification, and/or extensive experience); and (4) Relevant projects, with a brief description of each project, in the past five (5) years demonstrating the team?s capability to perform, as well as individuals within the team. The Government reserves the right to approve or disapprove of any or all proposed subcontractors and/or consultants. All information must be current and accurate for the firm submitting the SF-330. Each offeror must submit one (1) original SF-330 and five (5) copies. The SF-330 can be obtained at the following website: www.gsa.gov. All interested parties are required to submit the completed SF-330 by close of business November 15, 2006. Competition is restricted to qualified 8(a) firms. Faith-based and Community-based Organizations can submit offers/quotations equally with other organizations for contracts for which they are eligible. Once SF-330's have been evaluated, a determination will be made as to which offerors will be included in the competitive range, and be requested to submit a proposal based on a solicitation, which will be provided via hard copy on or about November 30, 2006. Firms will be evaluated and selected in accordance with the criteria set-forth in Federal Acquisition Regulation 36.602-1, Selection Criteria. The Solicitation will provide the scope of work and outline the factors for evaluation. The primary point of contact for solicitation inquiries and clarifications is Michael Bodine,Contract Specialist, Federal Bureau of Prisons, Central Office Business Office, 320 First Street NW, Room 5002, Washington, D.C. 20534. Phone: (202)616-5711, Fax: (202) 514-0523, Email: mbodine@bop.gov . Secondary point of contact is Donna Harris, Supervisory Contract Specialist; Phone: (202) 307-3943, Email: ddharris@bop.gov . No collect calls will be accepted. No telephone calls for solicitations will be accepted. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Place of Performance
Address: Washington, DC
Zip Code: 20534
Country: UNITED STATES
 
Record
SN01168617-W 20061022/061020220332 (fbodaily.com)
 
Source
FedBizOpps 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.