Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOLICITATION NOTICE

C -- SUPPLEMENTAL A-E SERVICES FOR THE NATIONAL ARCHIVES and RECORDS ADMINISTRATION (NARA), NATIONWIDE

Notice Date
3/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA09SEM0006
 
Point of Contact
Ronald C Noll,, Phone: 301-837-3648
 
E-Mail Address
ronald.noll@nara.gov
 
Small Business Set-Aside
N/A
 
Description
Supplemental Architect-Engineer Services for the National Archives and Records Administration (NARA) Nationwide. This procurement will establish an Indefinite Quantity Indefinite Delivery (IDIQ) Contract to provide design and related services for NARA facilities nationwide. This contract is national in scope, supporting all existing and future NARA facilities including Presidential Libraries, Regional Archives, Federal Records Centers, the National Archives Building, and Archives II. Services may be required at any time during a project’s development and delivery e.g. planning, design, construction, and operations turnover phases. Services required may include: planning phase feasibility studies, building assessment reports, design programming, design, interior space planning, cost modeling/analyses, code and owner’s design review, value engineering management, post construction contract services (PCCS), record drawings, constructibility design review, construction inspections and tests oversight and post occupancy evaluations. The A-E Firm shall be able to provide any level of design and related services. The Government has determined the following disciplines and/or consultants to be required: Architectural, Civil, Structural, Mechanical, Electrical, Geotechnical, Interior Design, LEEDS, Sustainable, Laboratories, Food Service, Space Planning, Exhibit Design, Historic Preservation, Fire Protection and Life Safety, Hazard Materials, Security, Communications, Lighting, Acoustics, Cost Estimating, Elevators, Roofing, Landscaping, Construction Management, and Testing/Inspection Services. Since NARA facilities are nationwide, the A-E Firm must be able to address resource availability nationwide. Joint ventures and extensive use of consultants is anticipated to be required to provide the necessary coverage. Multiple A-E contracts may be awarded. All services will be procured through the issuance of individual Work/Delivery Orders, each defined by a separate scope of work. The term of the contract(s) shall be for a one (1) Base Year Period, followed by four (4) one-year Option Periods, not to exceed $1,500,000 for each Period, for an aggregate maximum dollar value of $7,500,000. The Evaluation Criteria for selection are as follows: I. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (30%) A. Compatibility of the Firm’s previous experience to the type of work required herein. - (10%) B. Do the proposed team members have experience with similar facilities (buildings similar to an archives building include libraries, museums, laboratories, etc),- (10%) C. Does the proposed team members have experience with historic occupied facilities? - (10%) II. CAPABILITIES OF FIRM (30%) A. Does the location of team offices, have sufficiency of staff and technical resources available, not committed to other contracts, to undertake this contract? - (10%) B. Does the firm have the required organization and leadership to be responsive to the contract requirements and possess the ability to coordinate team work among different offices? - (10%) C. Does the team have background to integrate current technologies, LEEDS, sustainable, AutoCAD and BIM, involving: architectural, civil, structural, mechanical, electrical, interior, space planning, laboratories, food service, space planning, historic preservation, fire protection and life safety, hazardous materials, security, communications, lighting, acoustics, elevators, roofing, and landscaping? - (5%) D. Does the firm demonstrate a pro-active effort to achieve the stated subcontracting goals with respect to the level of small, small disadvantaged, and small women-owned business concern participation in the performance of the contract? - (5%) III. PROFESSIONAL QUALIFICATIONS (30%) A. Does the proposed team commit the relevant key individuals in each discipline area to the NARA program? – (10%) B. Does the proposed team have the requisite professional qualifications and experience with the types of facilities envisioned required by this contract- (20%) IV. PAST PERFORMANCE (10%) A. Based on the examples, is the team responsive to the client’s needs and does the team comply with performance schedules? - (5%) B. Do the examples submitted by the team indicate cost effective design, effective cost control and an in-place Quality Control Program? - (5%) If selected for an interview, the A-E Firm shall be prepared to discuss all aspects of the Evaluation Criteria indicated above and to demonstrate the ability to fulfill all contract requirements. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting completed SF-330 along with letter of interest to: National Archives and Records Administration, Space and Security Management Division, Real Property Management Branch (NASR), Ronald C. Noll, Contracting Officer, Room 1150, 8601 Adelphi Road, College Park, MD 20740, by 3:30 PM local time on the due date of this notice. The following information MUST be on the outside of the sealed envelope 1) Solicitation Number/Title, 2) Due Date, 3) Closing Time. Late responses are subject to FAR Provision 52.214-7. In SF-330 Part I, Section H, the A/E Firm MUST respond to the FOUR (4) EVALUATED CRITERIA stated in the announcement for this solicitation. In Block 11 of the SF-255, the A-E Firm MUST sign, name, title and date the submittal. Due to the nationwide coverage of these IDIQs, it is full and open to all business sizes. Large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small, small disadvantaged and small woman-owned firms as part of their original submitted team. Before award of the contract, the A-E (if not a Small Business of $4,500,000 gross average over three years) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the National Archives and Records Administration has subcontracting goals of 40% for small businesses, 12% for small disadvantaged businesses, 5% for small women-owned businesses, 2% for veterans owned small businesses, 1.5% for service-disabled veterans owned small businesses and 1.5% for HUB zone small businesses. Award of this Master Contract and Work/Delivery Orders are contingent upon funding approval. Contract procured under the Brooks Act and FAR 36. This is not a Request for Proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2d3cfbfc77bc5d014154aa47d09420c7&tab=core&_cview=1)
 
Place of Performance
Address: College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN01777189-W 20090327/090325215520-2d3cfbfc77bc5d014154aa47d09420c7 (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.