Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOLICITATION NOTICE

C -- Architect/Engineering Services - Attachment 1 - Past Performance Questionnaire

Notice Date
6/5/2013
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
United States Judiciary, Administrative Office of the U.S. Courts, Procurement Management Division, One Columbus Circle, NE, Suite 3-250, Washington, District of Columbia, 20544, United States
 
ZIP Code
20544
 
Solicitation Number
USCA13R0074
 
Archive Date
7/10/2013
 
Point of Contact
Kimeerly Fleming, Phone: 2025023338
 
E-Mail Address
Kimeerly_Fleming@ao.uscourts.gov
(Kimeerly_Fleming@ao.uscourts.gov)
 
Small Business Set-Aside
N/A
 
Description
Past Performance Questionnaire THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMITSF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICALINFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. DESCRIPTION: The Administrative Office of the U.S. Courts (AO) seeks qualified professional multi-disciplined Architectural/Engineering (A/E) firms capable of providing A/E services to meet the needs of the judiciary nationwide. The Government intends to award up to seven Indefinite Delivery Indefinite Quantity (IDIQ) contracts for A/E services. The AO will consider only firms with judicial/court experience at the federal, state or local levels within the last 10 years. Work will be awarded via a task order process for individual projects. STATEMENT OF WORK: A/E projects will involve a variety of purposes including, but not limited to participation in the design and review of new construction projects, repair and alterations, renovations, and modernization of federal courthouses and related facilities; preparation of design drawings (up to 100% design), furniture acquisition plans, construction cost estimates, master plans, and other space related tasks; production of technical and policy manuals; and will require architectural, mechanical, electrical, structural, security and interior design and review capabilities, with a sensibility toward historic buildings. Firms should be capable of providing overall design and review services as well as project management in house from an established office within the continental United States of America. A/E firms shall demonstrate proficiency in design, cost estimating and review of construction at various phases of project planning, design, specification, documentation, and construction, as actually developed by the General Services Administration (GSA) and their design A/E, against judiciary guideline standards, technical and policy criteria, and other agency and GSA policies, specifications and regulations. On rare occasions, the contractor may be required to travel with 24 hour notice to any state, territory or possession of the United States of America. The estimated annual amount to be expected under the contract will not exceed $1,000,000 for all tasks per firm. The minimum amount for the life of the contract will be $25,000 total per firm. Firms are not guaranteed work in excess of the stated minimum guarantee. The period of performance for each resultant contract will be one base year and four one-year option periods beginning on or about March 1, 2014. Each contract will include hourly rates for all anticipated disciplines of various levels within the firm and any subcontractors, for use in negotiating firm-fixed price task orders with payments on each deliverable. Guide to Judiciary Policy; Volume 14 Procurement - Section 530 Architect-Engineer Contracts procedures (Brooks Act) apply to this requirement. The NAICS code for this procurement is 541330. Firms that design or prepare specifications for construction projects and task orders issued under the resultant IDIQ contract are prohibited from providing the subsequent construction. This limitation applies to affiliates of the selected firms. SELECTION CRITERIA and SUBMISSION REQUIREMENTS: Selection of offerors will be based on the criteria listed below. Go/No-Go Factor Offerors must possess federal, state and/or local court experience, within the last 10 years, performing similar work as that required in this announcement. Submission Requirement: Offerors must include a cover letter stating that they possess the required federal, state and/or local court experience. This letter is limited to two single-sided pages, 8.5 x 11 inches with a minimum font size of 12 and must include a bulleted list of those federal, state and/or local courts where experience was gained. Note: This factor will be evaluated on a go/no-go basis. If an offeror does not possess and identify the required federal, state and/or local court experience, their offer will not be further evaluated and will be removed from competition. Evaluation Factors - The following evaluation factors are of equal importance. 1. SPECIALIZED EXPERIENCE and technical competence in the type of work required, including experience in the following: • Designing and implementing mobile workplace strategies and other workplace space sharing measures. • Experience with construction phasing and construction management services. • Knowledge of GSA and building standards. • Expertise in engineering including HVAC, electrical, structural, acoustical, environmental, safety and physical security and accessibility codes. • Knowledge and ability to design security features and related areas of operational concern. • Blast and ballistic resistant design solutions. • Experience in evaluation, preservation and appropriate design solutions for historic buildings. 2. PROFESSIONAL QUALIFICATIONS necessary for satisfactory performance of the required services. Address professional qualifications such as education, training, registration, certifications, overall and relevant documented specialized experience of key personnel in the discipline of planning, design and construction, engineering and project management. 3. CAPABILITY TO ACCOMPLISH the work in the required time. Discuss ability to meet the potential of working on multiple task orders at one time. Address your ability to sustain the loss of key personnel yet accomplish the work within required times. Address your management approach, organizational flow chart showing the inter-relationship of management and various team components, management and coordination of disciplines and subcontractors, and quality control procedures. Address capability to furnish drawings in CADD format; text documents in Microsoft Office format; and specifications as an Adobe Acrobat PDF file. 4. PAST PERFORMANCE in the type of work required including on federal, state and/or local courts contracts. Past performance must be relevant and recent. Relevant past performance is defined as federal, state and/or local court experience and recent is defined as work performed within the last 10 years. The Government intends to evaluate the offeror's past performance record based on references submitted for relevant and recent work similar to that identified in this announcement. This evaluation will be an assessment on how well the offeror has satisfied its customers in the past and will take into consideration the customer's satisfaction with cost controls, quality of work, compliance with performance schedules responsiveness, ability to manage subcontractors and overall customer satisfaction. It is the Offeror's responsibility to complete the offeror section of the Past Performance Questionnaire (see Attachment 1) and forward it to the reference for completion. Offerors must include a copy of the completed offeror section for each reference along with their submitted SF330. If no references are submitted, the Offeror will be evaluated for the items that are submitted. The Government reserves the right to use reference sources the Government is aware of, or becomes aware of, even if not submitted by the Offeror. Past performance areas to be assessed include: a. Cost Controls b. Quality of Work c. Compliance with Performance Schedules d. Responsiveness e. Ability to Manage Subcontractors f. Overall Customer Satisfaction Submission Requirement: The SF 330 is limited to 60 single-sided pages, 8.5 x 11 inches with a minimum font size of 12. This page limitation does not include past performance questionnaires. Offerors must submit a minimum of three federal, state or local government agency reference surveys along with pictures of completed projects along with the required SF 330. If subcontractors are being proposed for the purposes of court experience then past performance questionnaires must be submitted for the subcontractor as well. SELECTION OF FIRMS: SF 330s will be evaluated to determine the most highly qualified firms based on responses to the evaluation criteria. Only the most highly qualified firms will be invited to submit price proposals. ADDITIONAL INFORMATION: Firms meeting the criteria set forth above and having the capability to perform the services described herein are invited to respond by submitting four complete copies of a cover letter including the required elements, Standard Form (SF) 330, a proposed organizational chart, resumes/bios for proposed key personnel, pictures and/or drawings for completed federal, state and/or local court projects, three offeror sections of the Past Performance Questionnaire and, one digital CD of all submitted documents, to the following office no later than 2:00 p.m. Eastern Time on Wednesday, June 25, 2013: Administrative Office of the U.S. Courts, Procurement Management Division, Suite 3-250, Thurgood Marshall Federal Judiciary Building, One Columbus Circle, NE, Washington, DC 20544, Attention: Kimeerly Fleming. Questions regarding this announcement shall be submitted to Kimeerly Fleming, Contracting Officer via email at Kimeerly_Fleming@ao.uscourts.gov no later than 2:00 p.m. Eastern Time on Tuesday, June 11, 2013. END OF ANNOUNCEMENT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/AOUSC/OIS/WashingtonDC/USCA13R0074/listing.html)
 
Record
SN03081386-W 20130607/130606002609-0216690ef58e0bdd6edd3c180a23a886 (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.