Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2003 FBO #0432
SOLICITATION NOTICE

C -- ARCHITECTURAL & ENGINEERING SERVICES

Notice Date
2/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
WC1330-03-RP-0014
 
Archive Date
3/25/2003
 
Point of Contact
Joseph D'Felio, Lead Contract Specialist, Phone (816) 426-7267, Fax (816) 426-7530, - Joseph D'Felio, Lead Contract Specialist, Phone (816) 426-7267, Fax (816) 426-7530,
 
E-Mail Address
joseph.d.dfelio@noaa.gov, joseph.d.dfelio@noaa.gov
 
Description
This requirement is to provide the Department of Commerce (DOC) and other Government Agencies with a full range of professional architectural and engineering services including project management, facility programming, planning, facility condition surveys, facility commissioning/recommissioning, project cost estimating, value engineering, various types of engineering studies and analyses, architectural and engineering design services, construction management, and construction inspection services. The AE shall provide the personnel, equipment, and materials needed to support the Government in its responsibilities of conducting the AE services in the areas listed above for its worldwide facilities. It is anticipated that the primary emphasis of the effort accomplished under this contract shall fall in the technical discipline areas of architectural, mechanical, electrical, plumbing, HVAC, civil, computer, environmental, landscape architecture, interior design and structural engineering. Other technical disciplines (examples: environmental, geological, value engineering, commissioning, cost estimators, acoustical engineers, laboratory consultants, etc.) could be required to a lesser degree in support of the primary disciplines. The following describes requirements to accomplished under the proposed contract: Project Management and Planning, Facility Surveys, Cost Estimating, Value Engineering, and Miscellaneous Studies and Analysis, Architecture and Engineering Design, Construction Management, Observation/Quality Assurance and Facility Commissioning / Recommissioning. The contract will consist of a 12-month base period from the date of contract award and four, 12-month option periods. Services will be implemented through individual task orders, with a total contract amount not to exceed $9.5 million over the five-year contract life. The AE shall provide the personnel, equipment, and materials needed to support the Government in its responsibilities of providing Architect and Engineering services in its nation wide programs. The contract type will be an indefinite delivery order contract to support federal facilities nationwide. All work must be accomplished by or under the direct supervision of licensed professional Architects and/or Engineers. Many designs will be required to be in metric dimensions. A strong emphasis on "green" design and construction under the Leadership in Energy and Environmental Design (LEED) program and principles will be included in all projects. It is a requirement that the proposing firm and consultants have, as a minimum, electronic mail service for the purpose of accomplishing contract progress reviews, coordination, transmission of electronic files, and day-to-day communications. Selection criteria in descending order of importance are as follows: (1) Past performance on contracts for commissioning with government agencies and private industry in terms of quality of work, and compliance with performance schedules. For the last ten completed projects identify the type of construction contract, give number and value of construction change orders; give the project schedules (design and construction) with scheduled completion versus actual completion; and provide letters of recommendation and federal agency performance evaluations. Identify both a project client and an end-user point of contact with current phone numbers and email addresses for each project. Referenced projects should not be more than five years old. (SF 254, paragraphs 10 and 11, and SF 255, paragraphs 8, 9, and 10, plus supplemental information.) (2) Professional qualifications and experience necessary for satisfactory performance of required services in reviewing designs for laboratory and research facilities, multipurpose office facilities, restoration and renovation of existing facilities, and facilities in coastal and arctic environments; preparing studies and analyses; performing cost estimating and value engineering and performing engineering during construction. Firms should provide specific information on key personnel for such projects. (SF 255, paragraph 7.) (3) Capacity of the firm to accomplish the work in the required time. Capacity to accomplish a large, multi-disciplined, sophisticated design effort within specific time limits. Number and types of disciplines on in-house staff. Identify plan for reacting to changes and staff augmentation. Identify subcontractors to support secondary disciplines. (SF 254, paragraph 8, plus supplemental information.) (4) Specialized experience and technical competence in the type of work required. Experience and qualifications of personnel proposed for assignment to each project, to include skills in commissioning, engineering, cost estimating, computer-aided drafting, project coordination, construction management, inspection. (SF 254, paragraphs 10 and 11, and SF 255, paragraphs 4, 7, 8, and 9.) (5) Project Manager's experience and qualifications to lead multi-disciplined project teams. Demonstrate professional registration/certification; identify years and experience with the responding firm, years and experience in leading a multi-disciplined design team on multiple, simultaneous projects, and experience managing Indefinite Delivery Order contracts. (SF 255, paragraph 7.) (6) Subcontracting plan (use of small, women and minority owned business) (7) Proximity and ability to communicate with engineers at the NOAA Central Administrative Support Center (CASC) in Kansas City, MO. (SF 255, paragraph 10). Submittal Requirements: To be considered, interested firms must provide three submittal packages consisting of an original SF 254 and an original SF 255 no later than 3:00 p.m. CST on March 10, 2003. Offerors must provide adequate documentation in blocks 7g and 10 of SF 255 to illustrate the extent of participation of groups in terms of the percentage of the total anticipated contract effort. All responding firms must also include a completed SF 254 for themselves and their consultants. Proposing firms are responsible for supplying information concerning each evaluation factor, including copies of any certifications or licenses. A minimum of three firms will be Short- Listed and invited to make a formal presentation to, and be interviewed by, the Architect-Engineer Selection Board. After interviews, the firm selected for contract negotiation shall be determined through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. Negotiations shall be conducted beginning with the most preferred firm in the final selection. In addition to addressing the selection criteria above, all responsible sources shall submit an SF-254, Architect-Engineer and Related Services Questionnaire, and an SF-255, Architect-Engineer and Related Services Questionnaire for Specific Project, which shall be considered by the agency. Solicitation packages are not provided for AE contracts. This is not a request for a proposal. A separate solicitation shall be used to request a proposal from the firm or firms selected. This is not a small business set-aside. The NAICS code applicable to this action is 5413, Architecture, Engineering, and related services.
 
Record
SN00253448-W 20030207/030205213318 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.