SOLICITATION NOTICE
C -- A-E SERVICES IN SUPPORT OF THE AMERICANS WITH DISABILITIES ACT
- Notice Date
- 2/22/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Justice, Justice Management Division, Procurement Services Staff (PSS), 1331 Pennsylvania Avenue, N.W. National Place Building, 10th Floor, Washington, DC, 20530
- ZIP Code
- 20530
- Solicitation Number
- JIJMD-02-0198
- Response Due
- 4/3/2002
- Point of Contact
- R. Frate, Contracting Officer, Phone (202) 307-1928, Fax (202) 307-1933, - R. Frate, Contracting Officer, Phone (202) 307-1928, Fax (202) 307-1933,
- E-Mail Address
-
r.frate@usdoj.gov, r.frate@usdoj.gov
- Description
- The Civil Rights Division (Division) of the Department of Justice (DOJ) requires Architectural Support Services to ensure compliance with Title II and Title III of the Americans with Disabilities Act (ADA) and the Standards for Accessible Design. The ADA, among other things, prohibits discrimination on the basis of disability by places of public accommodation (businesses and non-profit agencies that serve the public) through failure to remove architectural and communications barriers that are structural in nature in places of public accommodation when it is readily achievable to do so. The law also establishes technical requirements for new construction of and alterations to places of public accommodation, commercial facilities (other businesses), and public entities (State and local governments). The Division will investigate alleged non-compliance with the ADA in covered facilities in response to administrative complaints and initiate compliance reviews of new construction and alterations projects. The Division seeks one architectural firm to provide support services in the investigation of complaints and compliance reviews. These services will primarily include reviewing architectural plans to determine compliance with the ADA, performing site survey investigations to gather all data necessary to determine compliance with the ADA, and preparing reports based upon plan and site survey review findings. Additional services may include providing advice on ways to modify plans or buildings to comply with the ADA, preparing design proposals and/or cost estimates to illustrate proposed solutions to bring facilities into ADA compliance, and providing expert consultation services on complex or specialized facilities. However, the primary purpose of this contract is to provide plan review and site survey review services and is not to provide building design services. The selected firm shall have specialized knowledge of accessible design and the ADA and shall have demonstrated specialized experience which includes reviewing architectural plans, performing site survey investigations, and preparing design work in compliance with Title II and Title III of the ADA and the Standards for Accessible Design. In order to avoid a potential organizational conflict of interest, prior to commencing work on each order from the schedule of services, the selected architectural firm (contractor) shall notify the Division if it has any past, present, or anticipated future role related to any facility or entity that is referred to the firm for investigation. In addition, the contractor will be prohibited from accepting any work from a firm that is currently being investigated by the Division until all the issues prompting the investigation have been resolved to the satisfaction of the Government. Selection evaluation criteria, with numbers one and two being of equal importance and the rest listed in descending order of importance are: (1) professional qualifications, including professional license, necessary for satisfactory performance of the required services; (2) specialized experience and technical competence in reviewing architectural plans and performing site surveys of covered facilities to determine compliance with the ADA; (3) technical ability to review facilities of all types and sizes with a firm's own resources or those of subcontractors; (4) ability to work simultaneously on a number of orders and complete work within the required times; (5) ability to provide the required services throughout the United States with a firm's own resources or those of subcontractors and comply with performance schedules; (6) past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with schedules; and (7) demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. DOJ intends to negotiate and award one indefinite delivery/indefinite quantity contract. Each order issued against the contract will be on a firm fixed price basis. The initial contract period will be for twelve (12) months with four option periods of twelve (12) months each for a total contract period of sixty (60) months. The estimated value of this contract is between $50,000 and $200,000 per year. The minimum guarantee for the base period will be $10,000. There will be no minimum guarantee for the option periods. FIRMS RESPONDING TO THIS NOTICE MUST SUBMIT AN ORIGINAL, AND ONE (1) COPY OF THEIR SF-254 AND SF-255. Note that we do not have any 254s or 255s on file for this type of work, so only firms that respond to this announcement will be considered. Responses shall be submitted to the following address so as to be received not later than 2:00 p.m., local (Eastern) time, April 03, 2002: U.S. Department of Justice, Procurement Services Staff, Attn: R. Steven Frate, National Place Building, 1331 Pennsylvania Avenue, NW, Suite 1000, Washington, D.C. 20530. Responses received at the above location after the established deadline will be considered late and will be handled in accordance with FAR Part 52.215-1, "Instructions to Offerors--Competitive Acquisition."
- Place of Performance
- Address: Nationwide
- Country: United States
- Country: United States
- Record
- SN00029628-W 20020224/020222213138 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |