Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2009 FBO #2638
DOCUMENT

C -- Worldwide Support Services - Attachment

Notice Date
2/13/2009
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA09R0134
 
Response Due
3/13/2009
 
Archive Date
3/28/2009
 
Point of Contact
Brian F Mulcahy,, Phone: 875-6012, David L Vivian,, Phone: 7038756991
 
E-Mail Address
mulcahybf@state.gov, viviandw@state.gov
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of State (DOS), Office of Logistics Management, on behalf of the Overseas Buildings Operations, anticipates awarding up to two indefinite quantity/indefinite delivery contracts to professional, licensed architectural/engineering firms to support the construction, facility rehabilitation, and system replacement, physical and technical security upgrade, construction and renovation of communications facilities (information management and emanation security systems), and building maintenance projects and programs at various worldwide foreign service posts. The overseas post facilities are either owned or leased by the Department and include embassies, office buildings, warehouses, maintenance shops, and housing. Each contract shall consist of a one-year base period with four one-year optional service periods. The Government guarantees a minimum of $100,000 in task orders over the life of each contract. The total amount of orders issued under each contract shall not exceed $5,000,000 per year. The contract is for support services including, but not limited to, preparing facility assessments and comprehensive maintenance plans, architectural and engineering studies, interior design and graphic design studies, master plans, site utilization studies/plans, planning and feasibility studies, construction specifications development, design and construction contract work statements, cost estimates for design and construction, construction environment profiles, business assessment validations, operation and planning support services, data integration, CADD CD-ROM and site data archive services, R&D efforts related to building technology, QA/QC initiatives including training, the review of design documents prepared by others, studies and analyses, and facility, project and construction management. On occasion, projects may be required to be performed within the OBO offices, or at a designated job site. Although no complex interdisciplinary services are required under this contract, limited physical and security design for security and surveillance systems and special forced entry, ballistic resistant construction, and communication centers and their associated systems may be required. The following disciplines are required, at a minimum: architecture (including historic preservation and landscape), interior design and signage graphics, electrical, mechanical, fire protection, structural (including blast/seismic design), civil/geotechnical engineering, planning, cost estimating, facility management, project management, and construction management. Firms responding to this announcement must have demonstrated management experience coordinating the participating disciplines, working with U.S. Government requirements and other applicable U.S. and foreign laws, codes, and standards (e.g. preparation of design documents in metric units and the submission of construction documents in the latest AutoCAD version). In order to be eligible to perform under this contract, the successful offeror must possess or be able to obtain a Department of Defense (DOD) Secret Facility Clearance (FCL), with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual, DOD 5220.22-M. Personnel requiring access to classified information or Controlled Access Areas (CAA) at DOS locations must possess a Secret personnel security clearance issued by the Defense Industrial Security Clearance Office. Subcontractors requiring access to classified information or CAA spaces must also possess a Secret FCL. Offerors already possessing the necessary FCL should submit their appropriate Commercial and Government Entity Code with their proposal. If a selected offeror does not possess an interim or Final Secret FCL, the Department of State will sponsor the uncleared firm for an FCL. Sponsorship does not guarantee that the firm will receive the clearance. A period of six calendar months from the date of selection for award will be allowed for the uncleared firm to obtain the necessary FCL. After this period, the Government may, at its discretion, consider awarding the contract to another firm or awarding fewer contracts. Firms which form joint ventures must also comply with the above FCL and personnel security clearance requirements. Each entity comprising the joint venture must be issued an FCL, as well as the joint venture. 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) Specialized experience and technical competence in preparing facility assessments and maintenance plans; architectural and engineering studies, planning, master plans; design and construction contract statements of work; studies and analyses; cost estimates for design and construction; review of design documents prepared by others; facility, project, and construction management. Experience in R&D, training, and QA/QC. Experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Provide examples for no more than seven recent projects - 30 pts. b) Professional qualifications of required disciplines stated above necessary for satisfactory performance of the required services - 30 pts. c) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Providing services on a task order rapid response basis, coordinating multi-disciplinary efforts, either in-house or with consultants, and providing effective cost and quality control. Although previous performance of a similar U.S. Government contract is not required, if such a contract has been performed, the contractor must have performed satisfactorily. Briefly describe internal quality assurance, coordination, schedule, and cost control procedures, and indicate effectiveness by citing its successful use on no more than five recent projects. If using subcontractors or consultants, describe how you have successfully worked together to provide similar services under a previous contract(s) - 20 pts. d) Experience providing facility, project, and construction management on Government and commercial projects in the U.S. and overseas - 10 pts. e) Previous experience with overseas facility projects, knowledge of foreign building codes, standards and construction practices - 10 pts. For each project identified in the responses to the foregoing evaluation criteria, provide the name, address, telephone number, and e-mail address of a client representative and identify which members of the proposed design team participated on the project. Firms being considered for award under this acquisition are limited to "United States Person" offerors, as prescribed by 22. U.S.C. 4852(a)(2) for Department of State design projects that involve technical security. The offeror must complete and submit as part of its qualification package the pamphlet, Certifications Relevant to Public Law 99-399, Statement of Qualifications for Purpose of Section 402 of The Omnibus Diplomatic Security and Antiterrorism Act of 1986. (The pamphlet is attached to this announcement and may also be obtained from the Contracting Officer listed at the end of this notice.) If a joint venture is formed, the company having 51 percent or greater interest in the JV must be the one completing the pamphlet. This is a pass/fail evaluated area. Submissions from offerors who do not receive a pass rating will not be further evaluated. This is not a request for proposals. Since a contract may result in an award over $500,000, large businesses shall be required to submit a small business subcontracting plan prior to contract award. The DOS Fiscal Year 2009 subcontracting goals are: small business 40%; small disadvantaged business 5%; women-owned business 5%; HUBZone business 3%; and service disabled veteran business 3%. The North American Industry Classification System code is 541330, $4.5 million average. Selection shall be in accordance with the Brooks Act, P.L. 92-582 (40 U.S.C. 1101-1104). After short-listing by a Pre-Selection Board, firms may be required to make a presentation to the A/E Council (Selection Board) in Rosslyn, VA. Firms which meet the requirements of this solicitation are invited to submit: (1) an original signature and one copy of Standard Form 330, Architect-Engineer Qualifications and (2) two tabbed section copies of a qualification statement, in Block H of the SF-330, addressing the evaluation factors a through e listed above. A maximum of 100 pages are allowed for the entire submission. The page limitation includes 100 single-sided pages or 50 double-sided pages, printed on standard 8.5 x 11 sheets of paper. Also submit one electronic PDF indexed copy on a CD. Firms responding to this announcement on or before the closing date shall be considered for selection. Firms responding to this announcement must specifically address each of the above factors under separate headings. Requests for clarification must be submitted, in writing, to Mr. Brian Mulcahy, not later than 2:00 p.m., Eastern Daylight Time, on March 2, 2009. The e-mail address to submit clarification questions is mulcahybf@state.gov. All SF-330 submittals must be received by 11:00 a.m., Eastern Daylight Time, on March 13, 2009. U.S. Postal Service mailing address: Mr. Brian Mulcahy, U.S. Department of State, A/LM/AQM/FDCD, Room L-600, P.O. Box 9115, Arlington, VA 22219. Courier address (Federal Express, UPS, etc): Mr. Brian Mulcahy, U.S. Department of State, Office of Logistics Management, 1701 North Fort Myer Drive, Room L-600, Arlington, VA 22209. Note: The Post Office does not deliver to 1701 N. Fort Myer Drive.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f5b9f9f1224bf0ba189653c3f3a1531d&tab=core&_cview=1)
 
Document(s)
Attachment
 
File Name: Omnibus document (Omnibus Prequal. Quest.doc)
Link: https://www.fbo.gov//utils/view?id=beed6221b68b556bb1dacad75ce4b08a
Bytes: 80.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Worldwide, Arlington, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN01751050-W 20090215/090213221254-f5b9f9f1224bf0ba189653c3f3a1531d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.