Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOLICITATION NOTICE

C -- Architect - Engineering Services - Local A/E Sample Task Orders

Notice Date
8/23/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance, 7111 Security Blvd., Baltimore, Maryland, 21244
 
ZIP Code
21244
 
Solicitation Number
0802-11-5021
 
Archive Date
9/30/2010
 
Point of Contact
Kristin Taylor, Phone: 410-965-9496
 
E-Mail Address
kristin.taylor@ssa.gov
(kristin.taylor@ssa.gov)
 
Small Business Set-Aside
HUBZone
 
Description
The following Zip File includes four (4) sample task orders for SSA's Local Architect and Engineering Services requirement, which covers the geographical area of Region three (3) and the Second Support Center in North Carolina. Region three (3) is defined in the presolicitation notice. The Social Security Administration (SSA) is seeking firms interested in providing Architect/Engineering Services. The Indefinite-Delivery/Indefinite-Quantity (ID/IQ) contract under Architect/Engineering (A/E) Services include pre-design, site analysis, schematic design, design development, construction documents, post-construction inspection, verification and certification, preparation of detailed construction cost estimates and construction administration services. Design development services include but are not limited to architectural, structural, mechanical, electrical, civil, landscaping, interior design/space layout and project development scheduling. Some of the disciplines required are Project Manager, Architect, Space Planner, Cost Estimator, Draftsperson, Electrical Engineer, Mechanical Engineer, Structural Engineer, Civil Engineer, Fire Safety Engineer and Program Manager. Proficiency in AutoCAD is required. The SSA's offices to receive A/E services are located in Region Three (3) and includes the Second Support Center (SSC) facility located in North Carolina. Region Three (3) includes the SSA Headquarters' complex in Woodlawn, Maryland and the states of Delaware, Maryland, Pennsylvania, Virginia, and West Virginia. SSA's offices will include but not be limited to the SSA Headquarters' complex in Woodlawn, Maryland, the District, Branch and Staff Offices in storefront type locations, individual buildings or as part of high-rise buildings in small towns to large cities located in Region three. The ID/IQ contract will be administered from the SSA Headquarters' offices located in Woodlawn, Maryland. Therefore, consideration will be limited to primary firms having an existing active Architect/Engineer office within the area defined for Region three and the SSC in North Carolina. In accordance with the Federal Acquisition Regulation (FAR) Subpart 36.602-1, candidate selection will be based on the following evaluation categories: (1) Project Team. This category will be used to evaluate the A/E's proposed key personnel with respect to their professional qualifications, individual experience and past experience as team members necessary for satisfactory performance of required services. (2) Technical Ability. This category will be used to evaluate the A/E's specialized experience and technical competence in the type of work required along with potential for product excellence, including innovation, recognition of alternative solutions, and perception of special opportunities as it relates to successful accomplishment of projects similar in size and scope. (3) Capacity: This category will be used to evaluate the A/E's ability to successfully accomplish the required work in the required time. (4) Past Performance: This category will be used to evaluate the A/E's past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (5) Organization and Management: This category will be used to evaluate the A/E's proposed plans for execution of the required design/project inspection and production of reports on the basis of team organization and management and control procedures to accomplish projects. Consideration of any joint venture will be based on a demonstrated interdependency for a quality effort. The A/E must be capable of performing simultaneous multiple projects at multiple locations within Region three and the North Carolina geographical area. The IDIQ contract will have a base period not to exceed one year and four one-year renewal options. The minimum amount for each contract year shall be $200,000 and the maximum amount is $3 million for each contract year. Work under the contract will be by Task Order. Each Task Order will be negotiated individually. Hourly rates for each discipline will be set forth in the basic contract; however, the Task Orders will be awarded as firm-fixed price to include labor and other direct costs. THIS REQUIREMENT IS SET-ASIDE ONLY FOR A&E FIRMS CERTIFIED UNDER THE U.S. SMALL BUSINESS ADMINISTRATION HUBZone PROGRAM. The NAICS codes applicable to this procurement are 541310 and 541330 for $4.5 million. THIS IS NOT A REQUEST FOR PROPOSAL. The government will not recognize costs associated with preparation and submittal of Standard Form (SF) 330. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR) at https://www.bpn.gov/ccr/default.aspx. Firms or joint ventures having the capabilities to perform the services described herein are invited to respond. Interested vendors are required to submit three (3) Compact Discs (CD) to include a copy of the Standard Form 330, Architect-Engineer Qualifications Part I and Part II, a signed letter of interest, and, if desired, a company brochure. Interested vendors shall also submit (7) hard copies of the Standard Form 330, Architect-Engineer Qualifications Part I and Part II, a signed letter of interest, and, if desired, a company brochure. The submittals identified above are due by September 22, 2010, 3:00 p.m. EST to address and point of contact identified below. The Social Security Administration, Office of Acquisition and Grants, ATTN: Kristin Taylor, 7111 Security Boulevard, 1 st Floor, Rear Entrance, Baltimore, Maryland 21244. Attached to the synopsis are four sample task order statement of works. The sample task order statement of works demonstrate the type of work, which will be required to be performed during contract performance. No additional project information will be given to the A/E firms at this time. No phone calls will be accepted; however, if absolutely necessary please send questions by electronic mail to Kristin.taylor@ssa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/0802-11-5021/listing.html)
 
Place of Performance
Address: Social Security Administration Offices located in Region Three (3) and the Second Support Center in North Carolina., United States
 
Record
SN02251420-W 20100825/100823235444-c3731cabb6378bec6128262e856bf3e7 (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.