Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2010 FBO #3151
MODIFICATION

R -- Space Planning and Design Services

Notice Date
7/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
National Labor Relations Board, Division of Administration, Acquisitions Management Branch, 1099 14th Street, N.W., Washington, District of Columbia, 20570, United States
 
ZIP Code
20570
 
Solicitation Number
RFQ-NLRB-FPB-10-001
 
Archive Date
9/1/2010
 
Point of Contact
Douglas S. Wolf, Phone: 202-273-4218
 
E-Mail Address
doug.wolf@nlrb.gov
(doug.wolf@nlrb.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THE PERFORMANCE PERIOD ONLY IS HEREBY AMENDED TO 8/1/2010 TO 7/31/2011. THIS SOLICITATION REMAINS UNCHANGED FOR THIS COMBINED ACTION. Statement of Work Space Planning and Design Services 1.0 Scope of the Requirement 1.1 Background The NLRB is comprised of Headquarters and 57 field locations throughout the United States, which have varying lease actions, relocation project surveys, alteration projects and construction projects. The Contractor will produce CADD drawings from utilization studies, inventories, and surveys for all actions. Work may be performed in various phases. The Contractor will recommend project phases and complete work schedules in accordance with Agency-approved plans. The contractor shall provide the Agency with professional advice and make recommendations on improving the effectiveness of tenant space through Federal management processes or procedures utilizing Federal Management Regulations (FMR), National Labor Relations Board Administrative Policies and Procedures (APPM), Facilities and Space Management (FAC-2), National Labor Relations Board Space Allocation Standards and National Labor Relations Board Collective Bargaining Agreements. Such service is "hands-on" and may take the form of information, advice, opinions, alternatives, analyses, evaluations, or recommendations, informal issuances and documented work products. The contractor is not permitted to approve any contractual documents or obligate the government in any way. 1.2 Objective The objective of this advisory and assistance services contract is to obtain services that provide technical space planning and design to the National Labor Relations Board (NLRB). Services are to include but not limited to space design, utilization studies, on-site surveys and inventories, Computer Aided Design and Drafting (CADD) design services, market surveys, technical evaluations of space configuration and project management services for space reduction, tenant improvements and alteration projects, including preparing project schedules, spreadsheets and evaluation reports. All activities shall be performed at NLRB's Headquarters facility located at 1099 14 th Street, NW, Washington, DC 20570 and at any of the NLRB's field locations on a temporary basis. It is anticipated that one person will fulfill this requirement, hereafter referred to as the Contractor. The successful Contractor will have: 1. At least five (5) years experience with Federal space planning and design. 2. Possess experience in developing space requirements packages in accordance with GSA regulations, designing office space, developing detailed specifications, conducting technical space utilization evaluations and physical building surveys, preparing space management plans for building and construction projects. 3. Possess experience preparing GSA Reimbursable Work Authorizations and preparing independent cost estimates. 4. Experience in automated Computer Aided Design and Drafting (CADD) system layout and design and operation, preferably with AutoCAD software. 5. Possess a comprehensive knowledge of the Federal Management Regulations, Code of Federal Regulations and other federal policies, procedures, laws and regulations that relate to space management. 1.3 Period of Performance The period of performance will be from 6/14/2010 to 6/13/2011, with the possibility of one (1) option period, based on the availability of funding. Work shall be performed Mondays through Fridays, during NLRB regular business hours 8:30 a.m. - 5:00 pm and as needed during temporary duty assignments at field locations. Work hours are not to exceed 40 hours per week. The Contractor is required to deduct a 30 minute lunch period from each day that work hours exceed five (5) hours. The contractor will be paid only for hours worked, and work will not be available on Federal holidays or on days when the NLRB headquarters is closed. It is estimated that the maximum number of hours worked shall not exceed 2000 hours for the 12 month performance period. 2.0 Specific Tasks The Contractor shall successfully complete but not limited to, the tasks listed below, in conformance with established Agency policies and practices and Federal Property Management Regulations (FMR) (attached). 2.1 Provide technical space planning and design services to the National Labor Relations Board (NLRB) including performing surveys and inventories. 2.2 Develop and prepare layout, design and/or scaled construction drawings utilizing AutoCAD software contingent upon survey results and the complexity of the work needed. 2.3 Review architectural design drawings and construction drawings for accuracy and conformance to NLRB's space allocation policies. 2.4 Develop detailed requirements from utilization studies, surveys and inventories including preparation of technical evaluations, and submission of requirements and recommendations to appropriate Agency officials. Surveys and studies will include finishes and amenities, millwork, tile inspections, hardware and mechanical inspections, electrical and LAN surveys and wall realignment. 2.5 Perform related project management tasks to include preparing and maintaining project schedules and providing reports on tasks and schedules. 2.6 Prepare weekly progress reports to be submitted to the Contracting Officer's Technical Representative (COTR) (Section 4.0). 2.7 The Contractor may be required to travel to NLRB field offices as necessary to conduct on-site market surveys, technical evaluations and relocation management services. All travel must have prior approval by the COTR, and be in accordance with the standard Government regulations. The Contractor is not entitled to participate in the Government air fare program. All travel shall be by reasonable means including airfare, coach class, and in accordance with all Federal transportation regulations. The Government will reimburse the contractor for reasonable travel expenses occurred not to exceed the Government per diem rate. 3.0 Deliverables The Contractor is required to submit a weekly progress report to the COTR. The report shall include a description of the work completed, as well as a summary of the actual hours worked. Deliverables include but are not limited to space plans, schedules, spreadsheets, and reports as required by the COTR. 4.0 Contracting Officer's Technical Representative The COTR will be Sydney A. Lee, Facilities and Property Branch, National Labor Relations Board, telephone (202) 273-4040 and facsimile (202) 273-2849. The COTR has the responsibility for monitoring the performance of the contract. In no event is the COTR empowered to change any of the terms and conditions of the contract. The Contracting Officer (CO) is the only individual authorized to make changes to the contract, and will do so by properly executing necessary modifications. 5.0 Government Furnished Property (GFP) All activities shall be performed in an office setting at NLRB's Headquarters facility located at 1099 14th Street, NW, Washington, DC 20570. The Agency shall provide office space, CAD plotters, printers, copier and e-mail capability, telephone, fax and all supplies necessary to carry out the tasks as outlined in Section1.0. 6.0 Contracting Officer The Contracting Officer (CO) will be Douglas Wolf, Senior Contract Specialist, Acquisitions Management Branch, National Labor Relations Board, telephone (202) 273-4218 and facsimile (202) 273-0071. EVALUATION CRITERIA The award will be made to the responsible offeror whose proposal is evaluated as the best value to the Government based on the factors set forth below. The Government reserves the right to evaluate quotes and make award without conducting discussions, but reserves the right to conduct discussions with all offerors and request revised proposals if it is in the best interest of the Government to do so. To be eligible for an award, the contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or email at http://www.ccr.gov. A DUNS (Dun and Bradstreet) number is required in order to register. All evaluation factors are listed in order of importance. Evaluation Factor 1 - Past Performance The Contractor shall provide a narrative on recent past performance that, at a minimum, addresses the four points listed below. This narrative shall clearly evidence the Contractor's ability based on past performance to perform the requirements in accordance with the Statement of Work (SOW). Contact names and phone numbers shall be included in support of specific performance claims made in this narrative. 1. Quality of Product or Service - The Offeror must clearly evidence the ability to meet all space design requirements in accordance with the SOW. 2. Timeliness of Performance - The Offeror must clearly evidence the ability to meet established schedules or milestones in accordance with the SOW. 3. Cost Control - The Offeror must clearly evidence the ability to complete the space-related requirements within the established cost estimates in accordance with the SOW. 4. Business Relations - The Offeror must clearly evidence the ability to maintain a professional working relationship with government staff, be up front with controversial issues even if they are viewed negatively and maintain a high degree of honesty and integrity. Evaluation Factor 2 - Technical The Contractor shall provide a narrative on the technical performance of this requirement that, at a minimum, addresses the technical aspects of the SOW and the factors listed below: 1. Clear indication that the offeror thoroughly understands space planning and design services that, at a minimum, include problem identification, recordation, resolution, escalation, notification and closeout of issue. 2. Clear indication of, at a minimum, personal qualifications, capabilities, and experience in space planning and design services. Evaluation Factor 3 - Proposed Total Price This price shall be realistic, fair, and reasonable in comparison to same or similar services. This proposal shall be quoted as an hourly rate times the estimated hours worked of 2,000 hours. This hourly estimate does not include 80 hours of Federal holidays that will not be available for work. This is only an estimate and may be reduced by such unforeseen actions as the closure of the Federal government in Washington, DC. All non-price evaluation factors when combined are significantly more important than price; however, as quotes become more equal in their past performance and technical merit, the proposed price may become the determining factor for award. QUOTE SUBMISSION All Proposals shall include a narrative proposal for both past performance and technical factors as stated above. Offers are to provide the requested narrative information in a brief and succinct manner, making every effort to present information clearly and concisely. In addition, a price proposal shall be included with an hourly rate extended by the estimated 2,000 hours worked. All proposals should address the requirements of the project consistent with the SOW included in the solicitation. Lengthy narratives containing extraneous information are discouraged. All information shall be submitted in English. Proposals are due by 4:00 p.m. EDT on Friday, May 28, 2010 via email to Douglas Wolf at doug.wolf@nlrb.gov or by regular mail. Proposals should be submitted in Adobe Acrobat, Microsoft Excel or Microsoft Word. Proposals may be shipped or mailed to the following address, but email is preferred: National Labor Relations Board Acquisitions Management Branch 1099 14th Street, NW, Room 7750 Washington, DC 20570 Attention: Douglas Wolf The NLRB Contracting Officer, Douglas Wolf will serve as point of contact (POC) for inquiries and clarifications. SOLICITATION PROVISIONS/CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more provisions/clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a provision or clause may be accessed electronically at this address: www.arnet.gov. Contractors are encouraged to review the applicable provisions and clauses. 52.212-1 Instructions to Offerors-Commercial Items (JUNE 2008) 52.212-2 Evaluation Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certifications Commercial Items (JUL 2009)** The contractor is responsible for including a complete copy of the Representations and Certifications with their offer or indicate certifications in ORCA at https:orca@bpn.gov** 52.204-9 Personal Identity of Contractor Personnel 52.217-8 Option to Extend Services (NOV 1999) 52.232-2 Service of Protest (SEP 2006) 52.212-4 Contract Terms and Conditions - Commercial Items (MAR 2009) 52.202-1 Definitions (JUL 2004) 52.203-3 Gratuities (NOV 2006) 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (SEP 2007) 52.204-7 Central Contractor Registration (JAN 2007) 52.204-4 Printed or Copied Double-Sided on Recycled Paper (NOV 2006) 52.219-1 Small Business Program Representations (MAY 2004) 52.212-5 Contract Terms and Conditions Required to Implement Statues of Executive Orders Commercial Items (MAR 2009) 52.215-1 Instructions to Offerors - Competitive (JAN 2004) The following additional FAR clauses cited in 52.212-5 are applicable: 52.203-13 Contractor Code of Business Ethics and Conduct (DEC 2008) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (FEB 2009) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2002)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NLRB/DA/OPFB/RFQ-NLRB-FPB-10-001/listing.html)
 
Place of Performance
Address: 10969 14TH STREET NW, WASHINGTON, District of Columbia, 20005-3419, United States
Zip Code: 20005-3419
 
Record
SN02201659-W 20100711/100709235625-74fc16910044af84fc679e385a48c5cc (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.