SOURCES SOUGHT
C -- Architectural A-E Sevices IDIQ
- Notice Date
- 8/24/2009
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
- ZIP Code
- 20035-6563
- Solicitation Number
- AE08-24-2009Sym
- Archive Date
- 9/29/2009
- Point of Contact
- Laura Paskman-Syms, Phone: 202-231-5570, Diana Bradham, Phone: 202-231-8844
- E-Mail Address
-
Laura.Paskman-Syms@dia.mil, diana.bradham@dia.mil
(Laura.Paskman-Syms@dia.mil, diana.bradham@dia.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Description: THIS IS NOT A REQUEST FOR PROPOSAL. The Virginia Contracting Activity Directorate for Mission Services, is seeking interested small business sources for the procurement of Multi-Discipline Indefinite Delivery Indefinite Quantity (IDIQ) Architectural-Engineering (A-E) Services for the study and design of new construction, maintenance and repair projects. Services include technical reports and studies, site investigations, DO Form 1391 packages, programming, presentations, concepts, designs, drawings, specifications, construction cost estimates, surveys, renderings, models, color boards, submittal and shop drawing reviews, construction consultation and quality assurance, preparation of construction record drawings and O&M manuals. To meet this requirement, open-ended contracts will be issued for one year with four (4) one-year options. The contracts will have a maximum ceiling over the life of the contracts with a guaranteed minimum. A firm fixed price A-E contract (indefinite delivery/indefinite quantity) will be used. NOTE: This is not a solicitation, no cost estimates are requested and the Government will not pay the costs for submission of capabilities information. The Government intends to select two firms through the selection process; however, the Government reserves the right to select more or less firms if it is in the best interest of the Government. Firms must be qualified in one or more of the specified areas of discipline. Firms may form multi-discipline teams by subcontracting capabilities as specified. a) Civil/Structural Roofing/Waterproofing - A-E must have on staff, a Licensed Civil Engineer and on its team a Licensed Geotechnical Engineer and a Licensed Land Surveyor with experience and expertise in: site and utility studies and design; traffic and transportation studies, management and planning; environmental engineering and regulatory requirements; concrete and bituminous pavement studies and design; geotechnical investigations and studies; foundation engineering and design; and topographical surveys. A-E must have broad knowledge of, and familiarity with, a variety of moisture and air infiltration problems and have the capability of analyzing and solving such problems. A¬E must also be able to design roofing and waterproofing systems for general maintenance, repair and construction projects. b) Mechanical/Electrical/Fire Protection - A-E must have on staff, a Licensed Mechanical Engineer with experience and expertise in a wide variety of heating, ventilating and air conditioning (HV AC) systems and various plumbing components. A-E must have experience with chilled water, steam and heating hot water systems at the central plant and facility levels. A-E must have experience in designing and trouble shooting of Direct Digital Control (DOC) energy management systems. A-E must be able to perform Life Cycle Cost Analysis of existing systems to evaluate energy effectiveness of the systems and give recommendations to increase energy efficiency at the plant and facility levels. A-E must have on its team a Licensed Fire Protection Engineer with experience and expertise in investigating, analyzing and designing various fire detection, audio/visual annunciation and suppression systems. A-E shall have extensive knowledge of applicable codes, life-safety issues, and Federal, State and local requirements having jurisdiction over the systems. A-E must have on staff a Licensed Electrical Engineer with experience and expertise in investigating and analyzing medium and low voltage distribution systems. A-E must be able to research and identify current load demands on existing-distribution systems so construction and repair projects can be developed to meet present and future requirements. Energy related experience in energy efficient designs, products and programs, including knowledge of energy related regulations, Life Cycle Cost Analysis and alternative energy funding sources, is required. c) Architectural/Interior Design - A-E must have on staff a Registered Architect and on its team a Registered Landscape Architect with experience and expertise in site and facility design and development, landscape planning and design, and, comprehensive master planning. A-E must be thoroughly familiar with the requirements of the Department of Defense (DoD) Architectural Barriers Act Accessibility Standards. A-E must also be capable of incorporating sustainable design features into projects according to the requirements of the Guiding Principles for Federal Leadership in High Performance and Sustainable Buildings. Building historic preservation experience is required. A-E must have experience compiling and submitting master plans, general plans, area development plans and capital improvement plans to SHPOs for approval. In some projects, acoustical engineering principals may be required. A-E must have on its team a Certified Interior Designer with experience and expertise in space planning, programming and management, furniture and equipment layouts, architectural lighting, interior signage and finish selection. Cost Estimating, Specification Writing and Construction Phase Services - all interested firms must have on its team a Certified Professional Cost Estimator, an experienced Specification Writer, and a Construction Inspector. The Cost Estimator shall have experience and expertise in order of magnitude estimating, square foot estimating, systems/assemblies estimating and unit price detail estimating. Cost estimating using parametric cost estimating tools and familiarity with Unified Facilities Criteria (UFC) 3¬700-01A Programming Cost Estimates for Military Construction is required. The Specification Writer shall have a minimum of 3 years experience compiling architectural/engineering specifications for construction. The Construction Phase Services Inspector shall have a minimum of 3 years experience in construction inspection. AT/FP considerations are required for all projects. Design experience using UFC 4-010¬01 000 Minimum Antiterrorism Standards for Buildings, and referenced documents, is required. Work will be required in Sensitive Compartmented Information Facilities. Experience and expertise in security engineering, intrusion detection systems and access control is required The possibility of hazardous materials, i.e. asbestos, lead based paint, etc. may exist at various project sites. The services of a Certified Industrial Hygienist may be required All interested firms must have corporate capability to provide full-time, qualified key personnel (Project Manager and Lead Engineer/Architect) with Top Secret/Sensitive Compartmented Information (TS/SCI) security clearances and must have corporate possession of a Top Secret "Facility Clearance". This contract provides DIA world-wide support and requires firms to respond to routine and urgent delivery orders for work both locally and abroad. Firms must be willing to do extensive interviews and field investigations to acquire all necessary data to study and design a complete project based on a fully developed scope and perform site work per the requirements of the delivery orders. Knowledge of DoD and intelligence community standards, regulations and procedures are required. All firms must have AutoCADR 2008~capability and be able to prepare study and design documents per the requirements of the delivery orders. Firms will be required to use electronic submittals, and at the discretion of the Government, should be prepared to submit paper documents when directed. Offerors must be located within a 100-mile radius of Bolling Air Force Base, Washington, D.C. The duration of each contract will be for the period of one base year, with the possibility of four one-year option periods. The estimated start date is February 2010. NOTE: This is not a solicitation, no cost estimates are requested and the Government will not pay the costs for submission of capabilities information. Any interested parties must submit capabilities information no later than 11 September 2009. Submission must be submitted in 12 point, Time New Roman font, and may not exceed ten pages. Information should be submitted by email to the following: Laura.Paskman-Syms@dia.mil, with copies to Diana.Bradham@dia.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/AE08-24-2009Sym/listing.html)
- Place of Performance
- Address: Various, United States
- Record
- SN01923826-W 20090826/090825001920-b6d873f44e033257cf5bf65a86ab20f0 (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 |