Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOLICITATION NOTICE

C -- MULTIPLE AWARD IDIQ ARCHITECDT-ENGINEERING (A-E) SERVICES FOR THE DESIGN, PREPARATION OF PLANS, SPECIFICATIONS, AND COST ESTIMATES FOR VARIOUS PROJECTS.

Notice Date
8/25/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W., Washington, District of Columbia, 20228
 
ZIP Code
20228
 
Solicitation Number
RFP-08-0036
 
Archive Date
10/17/2008
 
Point of Contact
Gordon A. Hackley,, Phone: (202)874-2226, Antonio Jackson,, Phone: (202)874-2139
 
E-Mail Address
gordon.hackley@bep.treas.gov, antonio.jackson@bep.treas.gov
 
Small Business Set-Aside
8a Competitive
 
Description
General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: RFP-08-0036 Posted Date: 25 August 2008 Original Response Date: 2 October 2008 Current Response Date: 2 October 2008 Original Archive Date: 1 December 2008 Current Archive Date: 1 December 2008 Classification Code: C -- Architect and engineering services Set-Aside 8(a) Contractor Naics Code 541310 Contracting Office Address Bureau of Engraving and Printing (BEP) A-E Construction Division, 14th and C Streets SW, Room 708-A, Washington, DC 20228-0001 Description MULTIPLE AWARD IDIQ ARCHITECDT-ENGINEERING (A-E) SERVICES FOR THE DESIGN, PREPARATION OF PLANS, SPECIFICATIONS, AND COST ESTIMATES FOR VARIOUS PROJECTS. The Bureau of Engraving and Printing (BEP) is soliciting proposals, for Multiple Award Indefinite Delivery - Indefinite Quantity (IDIQ) contracts for its Facility located at the Western Currency Facility, located at 9000 Blue Mound Road, Fort Worth, Texas. The Bureau of Engraving and Printing's (BEP) Office of Acquisition contemplates the award of up to four (4) firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) Contracts. Contracts will be negotiated and awarded for one (1) base period, plus four (4) option periods. There will be no limit to the amount paid on individual delivery orders and no limit on project size; however, the total cumulative delivery order amount shall not exceed $3.5 million in any one-year contract period, and the minimum guaranteed contract amount is $1000.00 for the base year and each of the option years, if exercised. Projects, while there will be no limit on size, will generally involve repairs, alterations, and improvements in connection with existing buildings or properties, and may range in size from $25,000 to $10 million in estimated construction cost; however, the typical project range is $2 million. Delivery orders for the base period and option periods shall not exceed $3.5 million per period per IDIQ contract. The cumulative total of all delivery orders for both the base and option periods shall not exceed $10 million per IDIQ contract. The maximum dollar limitation for any individual delivery order against an IDIQ contract shall not exceed $1.5 million. The IDIQ contracts are anticipated to be awarded in October/November 2008. The Architect Engineering Service Contractor will perform design and inspection services for the construction of modifications, additions, and expansions to the Western Currency Facility. The work will consist of design of mechanical, electrical, civil, and structural in an industrial environment. The work may consist of design and feasibility studies, engineering change proposals, conceptual designs, definitive engineering scopes, various repairs, alteration and/or improvements, building condition reports, project management and inspection services for construction projects, Auto CADD services, environmental documents, Title I (preliminary design), Title II (definitive design), and Title III (post approved for construction services). Additional related services include preparation of construction schedules and cost estimates for bid packages; and specification documents to procure equipment. It is important to note that in accordance with Federal Acquisition Regulation 52.219-14. Limitations on Subcontracting; the prime contractor is required to perform at least 50% of the labor with their own employees. No reimbursement will be made for any proposal costs associated with providing information in response to this synopsis or any follow-up information requests. This procurement will be an 8(a) set-aside. The North American Industry Classification (NAICS) code is 541310. This is a negotiated procurement. Proposals will be opened privately. A Request for Proposal (RFP) will be issued to the top ranked firms as determined by the Selection Board(s) based upon the selection criteria and interviews. Delivery Orders to be issued under the IDIQ contract(s) may range in scope from small studies to major alterations and repair projects. The primary purpose of the proposed contracts is to provide services for projects located at the Western Currency Facility, located at 9000 Blue Mound Road, Fort Worth, Texas. CONTRACT INFORMATION: Multidiscipline design and other professional services are being procured in accordance with PL-582 (Brooks A-E Act) as implemented in FAR Part 36.6. Firms selected for negotiation will be based on demonstrated competence and qualifications for the required work. SELECTION CRITERIA: In accordance with FAR 36.602 the following are the selection criteria in descending order of importance. (first by major criterion and then by each sub-criterion). Criteria: (a)-(d) are primary criteria; items (e)-(f) are secondary and are used as tie-breakers among technically equal firms. (a) PROFESSIONAL QUALIFICATIONS necessary for satisfactory performance of required services to include registered personnel with experience in the following disciples: architectural, civil, electrical, mechanical, structural, environmental, and land surveying/geotechnical. (b) SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE: Provide specific examples of projects demonstrating experience using a wide variety of multi-disciplines, design projects and studies. Indicate work completed under current and/or recently completed Federal contracts. Include contract number(s), points of contact, telephone numbers and e-mail addresses. Also, address familiarity with the Delivery Order (DO) process and the preparation of DO proposal documents and estimates. Firms must indicate the following: (1) accessibility to and familiarly with the Construction Criteria Base (CCB) System; (2) Microsoft Office capable software; (3) must possess and address in-house AutoCAD capability, version(s) 13, 14 and 2000; and (4) must process and address in-house Modem (56 KBPS or better), and e-mail capabilities. (c) CAPACITY TO ACCOMPLISH WORK. Firms must address the ability of the design team to complete projects within performance schedules and ability to manage multiple projects simultaneously. In Block C of the SF 330, Part I, identify the discipline/service to be supplied by each consultant. (d) PAST PERFORMANCE. Provide examples of project specific work, estimating performance on past projects in terms of cost control quality of work and compliance with performance schedules, including past and/or current IDIQ's, with other Government Agencies and/or private industry. Provide letters of evaluations and/or recognition by other clients. Include a Point of Contact with current telephone/fax numbers and e-mail address for each contract/project listed. (e) LOCATION. Location of the firm within the general geographical area of the proposed requirement(s), and knowledge of the locality of the proposed projects. (f) VOLUME OF WORK. Provide the volume of contracts awarded in the past 12 months, (design dollar value only). Considerations shall also include current workload and equitable distribution of work among A-E firms. This is NOT a Request for Proposal (RFP). ALL requirements of this announcement MUST be met for a firm to be considered responsive. The Standard Form 330 must be received at the following address by 2 October 2008, at 3:00 PM EST. Submit SF330 to The Bureau of Engraving and Printing, Office of Acquisition, A-E Construction Division, 14th and C Sts, SW Room 708-A, Washington, DC 20228-0001. Submittals received by FAX will not be accepted and considered nonresponsive. Prior to the final selection, firms considered most highly qualified to accomplish the work may be interviewed by telephone or by formal presentation. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited t o submit ONE (1) original completed SF 330 (form dated 06/30/2007) Architect-Engineer Qualifications Specific Project for themselves and ONE (1) completed SF 330 Part II for each of their subcontractors to the office shown above, ATTN: Gordon Hackley, Contract Specialist, Phone (202) 874-2226, E-mail Gordon.hackley@bep.treas.gov or Antonio Jackson, Contracting Specialist, Phone (202) 874-2139, Email antinio.jackson@bep.treas.gov. The SF 330 shall not exceed 50 pages, not counting any dividing page used to identify each SF 330 Section. Information may not be incorporated by reference into the Standard Form 330. To be eligible for contract award a firm must be registered in the Central Contractor Registration (CCR). Register (CCR) via the internet at http://www.ccr.gov and complete electronic annual representations and certificates at http://orca.bpn.gov. Solicitation number: RFP-08-0036. Original Point of Contact Gordon Hackley, Contract Specialist, Phone (202) 874-2226, Fax (202) 874-3135, Email Gordon.hackley@bep.treas.gov - Antonio Jackson, Contracting Specialist, Phone (202) 874-2139, Fax (202) 874-3135, Email antonio.jackson@bep.treas.gov. Place of Performance Address: Primary Area of Performance: 9000 Blue Mound Rd., Ft Worth, TX.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c46168bc359535692a13bf3e6e39d34b&tab=core&_cview=1)
 
Place of Performance
Address: Western Currency Facility, located at 9000 Blue Mound Road, Fort Worth, Texas., Fort Worth, Texas, 73161, United States
Zip Code: 73161
 
Record
SN01650704-W 20080827/080825223153-c46168bc359535692a13bf3e6e39d34b (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.