SOLICITATION NOTICE
C -- Residential A/E Design Services IQC Contract
- Notice Date
- 3/28/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
- ZIP Code
- 22219
- Solicitation Number
- S-ALMEC-02-R-2002
- Response Due
- 4/30/2002
- Archive Date
- 5/15/2002
- Point of Contact
- Linda Patton, Contract Specialist, Phone 875-6291, - Ralph Sutherland, Contract Specialist, Phone 875-6688,
- E-Mail Address
-
pattonlg@state.gov, sutherlandrr@state.gov
- Description
- The U.S. Department of State (DOS), Office of Logistics Management, on behalf of the Office of Overseas Buildings Operations, anticipates awarding up to two (2) indefinite quantity/indefinite delivery contracts to professional, licensed firms to provide architectural (prime or joint venture) and engineering services for residential projects only, including new construction, renovation, restoration and system replacement projects at Foreign Service posts worldwide. Construction projects are not expected to exceed $10 million. Projects may include design-build definition or bridging work. In those cases, as in large design-bid-build projects (where construction value is over $10 million), such projects may affect the A/E's ability to participate in follow-on work or design-build teams for that project. Each contract shall consist of a one-year base period with four one-year optional service periods. The Government guarantees a minimum of $50,000 in task orders over the life of the contract. The total amount of orders issued under each contract shall not exceed $3,000,000 per year. The contract will be for professional services to include, but not be limited to, facility assessments and documentation, architectural and engineering studies, site utilization studies and master planning, landscape design, preliminary designs, design development, working drawings, specifications, construction estimates, design reviews of other A/E firms, value engineering studies or reviews, and services during construction. Services may also include developing requests for proposals for build-lease housing or evaluating housing-related proposals. Services shall include all disciplines related to residential construction; i.e., architectural, landscape architecture, space planning, kitchen design, electrical, lighting design, mechanical, structural, and civil/geotechnical engineering; as well as routine administrative coordination of the various disciplines involved; and ascertaining and working within the U.S. Government?s requirements and the applicable laws, codes and standards at the overseas project sites. Familiarity with sustainable design through an integrated design approach is required. The preparation of construction documents via alternative documentation methods (e.g. design-bid-build plans, specifications, and design-build) is required. Construction documents shall be submitted with AutoCAD version 2000 or higher (until October 2002, AutoCAD R14.01 or higher files are acceptable), for each submission. Firms responding to this announcement on or before the closing date will be considered for selection using the following evaluation criteria ? 100 points maximum: a) Professional Qualifications necessary for satisfactory performance of required services, as listed above. Show any licenses, registrations, or other certifications, as well as awards and other indicators of high quality performance - 25 pts. b) Specialized experience and technical competence in planning and design, rehabilitation/renovation, sustainable design, adaptive reuse, and system replacement projects involving multiple disciplines, e.g., architectural, mechanical, civil/geotechnical, structural, and electrical, for single and multifamily residences and support facilities ? 25 pts. c) Internal Quality Management Plan, past performance, schedule, and cost control procedures. Describe internal quality control and assurance plan and firm's ability to successfully provide and coordinate discipline efforts either in-house or with consultants. If using consultants, demonstrate this success as a team in providing similar services. Indicate effectiveness by listing award amount, A/E design schedule (planned vs. actual), final design estimate and construction change order rate for five projects within the past five years. Provide this information in a matrix format. Each firm's past performance(s) and performance ratings will be reviewed - 25 pts. d) Specialized experience and technical competence in the renovation and restoration of historically significant buildings - 10 pts. e) Specialized experience in design-build projects, including the preparation of bridging documents, writing performance requirements, and developing statements of work for design-build projects - 10 pts. f) Previous experience with overseas projects and knowledge of foreign building codes and standards and construction practices ? 5 pts max. Failure to address each of the evaluation criteria, in writing, will result in failure to qualify. Additionally, failure to provide the requisite information will result in failure to qualify. This is not a request for proposals. Since a contract may result in an award over $500,000, large businesses will be required to submit a small business subcontracting plan prior to contract award. The DOS Fiscal Year 2002 subcontracting goals are: small business 40%; small disadvantaged business 5%; women-owned business 5%; HUBZone business 2.5%; and service disabled veteran business 3%. The small business size standard North American Industry Classification System code is 541330, $4.0 million average. A/E firms that meet the requirements described in this announcement are invited to submit two copies of the following: (a) Standard Form 254 Architect/Engineer and Related Services Questionnaire, (b) Standard Form 255 Architect/Engineer and Related Services Questionnaire for Specific Project (maximum of 100 pages). Upon notification of selection, the A/E will be required to submit a copy of its Quality Management Plan (QA/QC) Plan within 10 working days for review and approval. Requests for clarification must be submitted, in writing, to Ms. Linda Patton, not later than 3:00 p.m., Eastern Standard Time, on April 23, 2002. The FAX number to submit clarification questions is (703) 875-7332; the e-mail address is PattonLG@State.Gov. All submittals must be received by 3:00 p.m., Eastern Standard Time, on April 30, 2002. Postal Mailing address: Ms. Linda G. Patton, U.S. Department of State, A/LM/AQM/FDCD, Room L-600, P.O. Box 9115 Rosslyn Station, Arlington, VA 22219. Courier address: Ms. Linda G. Patton, U.S. Department of State, Office of Logistics Management, 1701 North Fort Myer Drive (17th Street Entrance), Room L-600, Arlington, VA 22209.*****
- Place of Performance
- Address: Worldwide
- Record
- SN00049606-W 20020330/020328213209 (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 |