Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2008 FBO #2564
SOLICITATION NOTICE

C -- Worldwide Vertical Transportation Consulting Services

Notice Date
12/1/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of State, East Asian & Pacific Posts, American Embassy Suva, 31 Loftus Street, PO Box 218, Washington, District of Columbia, 20521-4290
 
ZIP Code
20521-4290
 
Solicitation Number
SAQMMA09RVERTICALTRANSP2009
 
Archive Date
1/17/2009
 
Point of Contact
Sonya C. Fields,, , Sonya C. Fields,, Phone: 7038756624
 
E-Mail Address
fieldssc@state.gov, fieldssc@state.gov
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of State (DOS), Office of Logistics Management, on behalf of the Overseas Buildings Operations (OBO), anticipates the award of at least two indefinite quantity/indefinite delivery contracts to provide worldwide vertical transportation consulting services for design, engineering, project management, safety inspection and testing, and training. Each contract shall consist of a one-year base period with four one-year optional service periods. The Government guarantees a minimum of $10,000 awarded over the life of each contract. The total amount of services awarded under each contract shall not exceed $300,000 per year. The contract is for vertical transportation consulting services for new elevator and escalator installations, operations and modernization to include but are not limited to: resolution of difficult elevator engineering problems; elevator site surveys; traffic analysis; CADD-generated design drawings; preparation of detail specifications and Statements of Work; budget estimates; analysis/review of shop drawings and proposal submittals; safety inspection and testing in accordance with applicable elevator standard; comprehensive quality control reports; accident investigation and expert court testimony; and provide any other subcontractors necessary to meet the contract's needs. Tasks may involve domestic travel as well as international travel to diplomatic posts. The following disciplines are required, at a minimum: Senior Elevator Consultant, Junior Elevator Consultant, Licensed Mechanical Engineer, Certified Elevator Inspector, CADD Technician, Clerical Assistant, Security Officer, Cost Estimating. 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), with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M. Personnel requiring access to classified information or Controlled Access Areas (CAAs) at DoS locations must possess a Secret personnel security clearance issued by the Defense Industrial Security Clearance Office (DISCO). Offerors already possessing the necessary FCL should submit their appropriate Commercial and Government Entity (CAGE) Code with their proposal. If a selected offeror does not possess an interim or Final Secret FCL, the Department of State will sponsor the uncleared firm for an FCL. Sponsorship does not guarantee that the firm will receive the clearance. A period of 90 days from the date of selection for award will be allowed for the uncleared firm to obtain the necessary FCL. After this period, the Government may, at its discretion, consider not awarding the contract to the uncleared selected offeror. Firms which form joint ventures must also comply with the above FCL and personnel security clearance requirements. Each entity comprising the joint venture must be issued an FCL, as well as the joint venture. After short-listing by a Pre-Selection Board, firms may be required to make a presentation to the A/E Council (Selection Board) in Rosslyn, VA. Firms which meet the requirements of this solicitation are invited to submit: seven copies of Standard Form 330, Architect-Engineer Qualifications and seven copies of a qualification statement, in Block H of the SF-330, addressing the evaluation factors listed below, one of which should contain an original signature. Firms responding to this announcement on or before the closing date shall be considered for selection. Firms responding to this announcement on or before the closing date shall be considered for selection using the following evaluation criteria - 100 points maximum: a) Professional qualifications necessary for satisfactory performance of required services. Organizational ability demonstrated through a written plan to assemble qualified teams consisting of the necessary disciplines to meet the contractual requirements. Such plans include a listing of permanent staff and letters of agreement to hire supplemental personnel if needed and copies of their professional resumes. The project manager proposed must be currently employed by the offeror. The staffing table shall provide details for staffing the following labor categories; Senior Elevator Engineer, Senior Elevator Consultant, Junior Elevator Consultant, Certified Elevator Inspector, CADD Technician, Clerical Assistant, Security Officer, Cost Estimating. – 25 pts. b) Specialized recent experience, within the last three years, and technical competence in vertical transportation consulting services. The offerors shall indicate expertise in U.S. and foreign elevator and escalator code analysis, Design and management of new construction and modernization projects, and Maintenance audits. Provide examples of no more than seven projects – 25 pts. c) Capacity to accomplish the work in required time. Organizational capability and resources (physical space and personnel) to undertake several projects simultaneously. – 20 pts. d) Quality Management and Control: Submit internal quality control procedures and standards for contract deliverables – 10 pts. e)Past performance demonstrating conformance to specifications and compliance with contract terms and conditions; adherence to contract schedules; effectiveness in forecasting, managing, and controlling contract costs; responsiveness and business-like concern for the customer; and effective management of subcontractors and key personnel, including timely award of subcontracts and selection, retention, and replacement (when necessary) of key personnel. - 20 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. Firms responding to this announcement must specifically address each of the above factors under separate headings. Requests for clarification must be submitted, in writing, to Ms. Chrissie Fields, not later than 3:00 p.m. Eastern Standard Time, on December 22, 2008. The e-mail address to submit clarification questions is Fieldssc@state.gov. All SF-330 submittals must be received by 3:00 p.m. Eastern Standard Time, on January 2, 2009. U.S. Postal Service mailing address: Ms. Chrissie Fields, U.S. Department of State, A/LM/AQM/FDCD/AEB, Room L-600, P.O. Box 9115, Arlington, VA 22219. Courier address (Federal Express, UPS, etc): Ms. Chrissie Fields, U.S. Department of State, Office of Logistics Management, 1701 North Fort Myer Drive, Room L-600, Arlington, VA 22209. Note: The Post Office does not deliver to 1701 N. Fort Myer Drive.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=41e52f7cef5722633dd261fdeaec61b7&tab=core&_cview=1)
 
Place of Performance
Address: Worldwide, United States
 
Record
SN01711633-W 20081203/081201214708-41e52f7cef5722633dd261fdeaec61b7 (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.