Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2009 FBO #2679
SOURCES SOUGHT

C -- Architect-Engineer Service for Office of Thrift Supervision Headquarters

Notice Date
3/26/2009
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Treasury, Office of Thrift Supervision (OTS), Procurement and Administrative Services, 1700 G Street, N.W., 3rd Floor, Washington, District of Columbia, 20552
 
ZIP Code
20552
 
Solicitation Number
TOTS09C0002
 
Archive Date
5/12/2009
 
Point of Contact
Andre Adams,, Phone: 2029066136
 
E-Mail Address
andre.adams@ots.treas.gov
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: The Office of Thrift Supervision (OTS) requires Architect -Engineer (A-E) services for OTS owned and leased offices. The A-E services will be procured in accordance with Part 36 of the Federal Acquisition Regulation and the Brooks Act (Public Law 92-582). This announcement is open to all businesses regardless of size. OTS anticipates award of an indefinite delivery/indefinite quantity type contract on or about August 15, 2009. The target date for completion of the first task order which consists of an assessment of the OTS Washington, DC headquarters facility is October 31, 2009. 2. PROJECT INFORMATION: The project requires the preparation of plans, specifications, design analysis, and cost estimates for the OTS facility located at 1700 G Street, NW, Washington DC. The Contractor shall provide A-E services primarily at the OTS facility in Washington, DC and, when necessary, shall provide A-E services at other OTS offices located in Daly City, California; Atlanta, Georgia; Jersey City, New Jersey; Irving, Texas; Santa Ana, California; Seattle, Washington; and Braintree, Massachusetts; and Chicago, Illinois. OTS will allow sub-contracting and joint ventures. The Contractor shall possess appropriately skilled staff with knowledge of architecture, interior design, space planning, engineering, construction administration and move coordination. The selected firm shall have the capability to perform complete architectural, structural, mechanical, civil, fire-life safety, physical accessibility, federal energy/environmental, and electrical engineering evaluations and assessments. The Contractor shall have staff for each discipline who are registered in Washington, D.C. and are Leadership in Energy and Environmental Design (LEED) Existing Building (EB) and LEED-Commercial Interior (CI) certified staff. All major renovations will be LEED compliant when possible. (a) Engineering Services The Contractor shall be capable of providing a full range of engineering services required for the short and long term repair and rehabilitation of owned building systems, including but not limited to, mechanical systems, heating, air conditioning and ventilation systems, electrical systems, plumbing systems, fire alarm and sprinkler systems, roofs, elevators, and building structures. The Contractor shall be capable of developing short and long-term capital improvement plans, energy management studies and plans, environmental management studies and plans, and technology improvements for building operations, repair, and maintenance. Engineering services include, but are not limited to, review and analysis of building engineering systems (mechanical; structural; electrical; heating, ventilating, and air conditioning(HVAC)); preparation of building engineering systems evaluation reports and repair/renovation cost estimates; review and analysis of building operations and engineering operating procedures; development of statements of work and bid documents for obtaining competitive proposals for construction or building engineering projects; development of cost estimates for construction or construction supervision; assessment of compliance with federal energy guidance and policies; identification of energy conservation projects to reduce consumption/costs and to attain compliance with applicable federal guidance; obtaining project certification with the Leadership in Energy and Environmental Design (LEED) process through the U.S. Green Building Council (USGBC). (b) Architectural Services/Interior Design The Contractor shall be capable of providing full architectural services such as space utilization analysis, strategic planning for long term needs, high level design services for leased and owned office buildings, physical accessibility, and building preservation studies. Architectural Services/Interior Design include, but are not limited to, providing a full range of interior design services; preparing office space layouts to include furniture designs and block and stacking plan; preparing construction drawings, including demolition plans, new construction, reflected ceiling plans, electrical and cable plans, furniture layouts, and HVAC changes if required; assessment of compliance with physical accessibility standards; development of cost estimates; and construction management services. 3. SELECTION CRITERIA: The selection criteria that will be used to evaluate each potential contractor are as follows: (a) Professional qualifications necessary for satisfactory performance of the required services as described in Section 2; (b) Specialized experience and technical competence in A-E services including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (c) Capacity to accomplish the work in the required time; (d) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; the evaluation will consider past performance of the prime A-E contractor as documented in the Past Performance Information Retrieval (PPIRS) database (found at http://www.ppirs.gov/) or from sources other than PPIRS; (e) Location in the general geographical area of the project and knowledge of the locality of the project; (f) Demonstrated experience in conducting facility condition assessments and the development of short-term and long-term capital improvements plans; (g) Demonstrated experience with LEED-certified projects, particularly in existing facilities; and (h) Demonstrated experience with the U.S. Commission of Fine Arts, to include preparation and presentation of submissions and all other actions necessary to gain Commission approval when required. (i) The Government will use the following evaluation criteria as a tie-breaker should there be technically equal firms: (a) location of the firm; (b) volume of recent (within past three (3) years of closing date) Federal Government work; and (c) Participation of small business, small disadvantaged business, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIREMENTS: Potential contractors that desire consideration must submit a Standard Form 330 no later than April 27, 2009, at 2:00 p.m., Eastern Time. Potential contractors shall complete Part I of Standard Form 330 and shall include resumes of all key personnel proposed for the project. Potential contractors shall complete Part II of Standard Form 330 and shall include all team members. Potential contractors may access Standard Form 330 at the U.S. General Services Administration website at this address: http://contacts.gsa.gov/webforms.nsf/0/21DBF5BF7E860FC185256E13005C6AA6/$file/sf330_f.pdf. Potential contractors must submit at least one (1) hard copy and email an electronic copy (.pdf format) of the completed Standard Form 330 to Andre Adams at Office of Thrift Supervision, Attn: Andre Adams, 1700 G Street, NW, Washington, D.C. 20052 and OTS.Proposals@ots.treas.gov, respectively. Potential contractors shall propose all disciplines required to provide a complete design package for a facility of this magnitude and function. Potential contractors shall not list more than five (5) example projects in Section F of the Standard Form 330; if more are included, OTS will consider only the first five (5) projects. An indefinite delivery contract (IDC) listed in Section F will not qualify as a project; however, OTS will consider individual projects awarded by IDC task orders (no more than 5). Additional example projects, if listed in Section H, will not be evaluated. Small and disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All potential contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum possible extent with small and disadvantaged firms in accordance with the provisions of Public Law 95-507. The selected firm, if a large business, must comply with FAR Clause 52-219-9 regarding the requirement for a subcontracting plan on the part of the work it intends to subcontract. The subcontracting plan is not required with this submittal, but successful large business firms must submit an acceptable plan before any award can be made. All potential contractors are advised that registration in the Central Contractor Registration (CCR) database is required prior to award of a contract. Failure to register in the CCR before award may render a potential contractor firm ineligible for award. Information about CCR can be found at the CCR website at http://www.ccr.gov/. This is not a request for a proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f4a370caffa3166260e37cbe6cf6fb5f&tab=core&_cview=1)
 
Place of Performance
Address: 1700 G Street, NW, Washington, District of Columbia, 20552, United States
Zip Code: 20552
 
Record
SN01778823-W 20090328/090326220544-f4a370caffa3166260e37cbe6cf6fb5f (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.