SOLICITATION NOTICE
C -- Architect/Engineer (A/E) Services IDIQ
- Notice Date
- 9/10/2009
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division, 300 7th Street, S.W., Room 377, Reporters Building, Washington, District of Columbia, 20024
- ZIP Code
- 20024
- Solicitation Number
- AG-3142-S-09-0039
- Archive Date
- 10/28/2009
- Point of Contact
- Jodey J Barnes-Edwards, Phone: 202-720-3009/4389
- E-Mail Address
-
jodey.edwards@usda.gov
(jodey.edwards@usda.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- DESCRIPTION: The USDA Office of Operations Facilities Management Division requires Architect/Engineer (A/E) services for a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for architectural, mechanical, electrical and structural services including but not limited to space planning, interior design, landscape design, environmental engineering, life safety and health code compliance, Leadership in Energy and Environmental Design (LEED) guidance, and information technology as it relates to the building construction and facility management for projects within the Washington, D.C. metropolitan area as well as locations nationwide, including the New Orleans, Louisiana and Kansas City, Missouri metropolitan areas. The Jamie L. Whitten Building is listed on the National Register of Historic Places and the South Building is eligible to be registered; therefore, knowledge of historic preservation principles and procedures related to review submissions is significant. Estimated start date for this contract is February 2010. Total contract term is one (1) year with four one year option periods. Each performance period will run 365 calendar days, or until the maximum dollar limit is reached, whichever occurs first. Federal Acquisition Regulations (FAR) Part 36.6 (Brooks Act) selection procedures apply. This is an 8(a) Competitive procurement. The NAICS Code for this procurement is 541330 and the annual small business size standard is $4.5M. REQUIRED SERVICES: The Contractor shall be a licensed Architectural or Engineering firm in the state in which the office is located. The owners and principals of the A/E firm shall be licensed to practice architecture or engineering. Key personnel shall be licensed or accredited to practice their profession in Washington, DC; New Orleans, LA; and Kansas City, MO. The contractor shall furnish the necessary personnel, material, equipment, services, and facilities (except as otherwise specified) to perform the work described herein. The services shall include, but are not limited to, surveys; testing; reports; management plans; concept studies; design criteria development; all aspects of designs and drawings; specifications; cost estimates; shop drawing review and approval; construction monitoring; and inspection services as may be required under each task order. Additionally, space and facility management planning services shall include facility analysis, interior design, signage and graphics, system furniture procurement/installation, and move/relocation coordination, and post occupancy tasks. In addition to the services indicated above, the A/E's services shall also include the following: • Construction management services. • Site inspection and environmental, health and safety related services by certified industrial hygienists, professional safety engineers, and certified safety professionals. • Development of Environmental, Health and Safety Management Plans. • Roofing and waterproofing, inspection, testing, and design. • In-house personnel and facilities to accomplish computer assisted designs and facility management using hardware and software compatible with Autodesk AutoCAD version 2010 or higher, Building Information Modeling (BIM) software such as Revit, as well as space management software. • Creating and updating Facility Management databases including but not limited to inventories of equipment, hazardous waste/materials, and space. • Developing existing design intent drawings into assignment drawings. Incorporating graphics and statistical information, broken down by tenant organizational units. Preparing take-offs and budgets, attending progress meeting during build-out phases and responding to any request for information (RFI). • Preparing statements of work for design-build and design-bid-build projects. • Move coordination tasks may include but may not be limited to serving as an advisor or coordinator to the Client Agency move committee to determine all physical move requirements (budget development, project facilitation, master relocation plans, schedule management services, relocation occupancy, position database, and move supervision). • Project management using Microsoft Project or Primavera Project or equivalent. • Landscape design with focus on sustainable principles and with past experience of integrating perimeter security. SELECTION CRITERIA : The selection will be based on the following criteria. Criteria 1 through 4 are of equal importance and criterion 5 is of lesser importance. Criterion 5 may be used as a tiebreaker among otherwise technically qualified firms, if needed. Evaluations of past performance and experience may include information provided by the firm, client inquiries, Government databases, and publicly available sources. Failure to provide requested data, inaccessible points of contact, or invalid phone numbers could result in a firm being considered less than qualified. The Government may use a combination of adjectival and numerical scoring for rating the firms. Address Criteria 1 and 2 as indicated below. Address Criteria 3 through 5 in SF 330, Section H; additional sheets may be used up to the maximum of 50 total sheets, if required. See submission requirements. Clearly identify the Criterion number and title. Criterion 1: Professional Qualifications (SF 330, Part I, Section E): Submission Requirements: Provide brief resumes of each proposed team member (prime and sub-consultants) who will specifically perform the tasks listed above for this contract. Resumes of owners and principals of the A/E firm, MEP Engineers, Structural Engineer, Architect, Historical Architect, Interior Designer, Space Planner, Landscape Architect, Roofing/Waterproofing Engineer, Environmental Engineer, Industrial Hygienist, LEED Accredited Professional, and Fire Protection Engineers shall be included in the submission. The aforementioned personnel must be professionally licensed or accredited in their discipline. Provide the highest level of education achieved and the number of years engaged in the discipline. Each resume shall include a maximum of five (5) specific completed projects that best illustrate the individual member's experience. An Historic Architect knowledgeable in the Secretary of the Interior's Standards for the Treatment of Historic Properties, the Section 106 process, and skilled in submissions for review by the State Historic Preservation Officer, Commission of Fine Arts, the National Capitol Planning Commission, and the Advisory Council on Historic Preservation is a requirement of this contract. Criterion 2: Specialized/Recent Team Experience (SF 330, Part 1, Section F, G & H): Firm must show experience and demonstrated success in achieving sustainable design, energy conservation, pollution prevention, waste reduction, and the use of bio-based and recovered materials in facility design. Additionally, the firm will describe its "green" program, specifically as it relates to LEED certification. The firm will provide documentation for their projects that have attained LEED certification. The firm must demonstrate their experience with historic preservation and the renovation of existing buildings. Submission Requirements: For the team presented, provide a maximum of five (5) specific completed projects that best illustrate overall team experience working together and up to five (5) additional projects completed with others. Include within block 24 of SF 330, Section F, a brief narrative for each project. Discuss effectiveness by conformance to scope, adherence to performance schedules, limiting changes and delivering a product that satisfies the customers' requirements. SF 330, Section G: Key Personnel Participation in Example Projects: Submit in accordance with the SF 330 Instructions. Utilize the projects listed in Section F. Criterion 3: Management and Resources (SF 330, Part I, Section H) : Firm must be able to accomplish at least two (2) concurrent multi-disciplined projects; have clear organization structure and management approach; clearly specify the roles and responsibilities of personnel. Submission Requirement: Describe firm's capacity to accomplish work in required time frames. Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period. Indicate specialized equipment available. Criterion 4: Past Performance (SF 330, Part 1, Section H): Firms will be evaluated on past performance with Government agencies and private industry with respect to quality of work, compliance with schedules, and cost control. Submission Requirement: The prime and sub-consultants, including architects, MEP engineers, structural engineers, LEED Accredited Professional's, and historic preservation architects, will provide a list of Federal contracts awarded in the last 36 months. Firms with multiple offices shall indicate which branch office completed each project. Include agency phone numbers and points of contact. SF 330s with no record of relevant past performance information shall be evaluated neither favorably nor unfavorably. Firms should list the current quality control programs in place to eliminate design errors and omissions. For each project provided as experience under Criterion 2, list any applicable awards and commendations. Other performance evaluation results and awards may also be listed separately. Identify the reference agency or company issuing the evaluation or award or commendation and applicable dates. If a federal contract, list the evaluation type and rating. If not a federal contract, provide any applicable similar evaluation information. If no documentation exists, then state so. Evaluations of past performance and experience may include information provided by the firm, client inquiries, Government databases, and publicly available sources. Failure to provide requested data, inaccessible points of contact, or invalid phone numbers could result in a firm being considered less qualified. Points of contact provided in other criterion may be contacted. Criterion 5: Location (SF 330, Part 1, Section H): A/E firm's main office and sub-consultants offices must be within a 60 mile commute to USDA Headquarters, 1400 Independence Ave. SW, Washington, DC 20250 by Personally Owned Vehicle (POV), Washington Metropolitan Area Transit Authority (WMATA), Virginia Railroad Express (VRE) or other local transit. Firm's demonstrated knowledge of the general geographical areas in which projects could be located is desired. Submission Requirements: Describe and illustrate the team's knowledge and availability to work in the applicable geographical area(s). Provide location of A/E's main office and sub-consultants offices. SUBMISSION REQUIREMENTS: Submit SF 330 Part I and Part II. Refer to instructions contained in SF 330. The SF 330 is limited to fifty (50) pages, 8.5"x11." Submit the following: a) One (1) original and five (5) copies of SF 330 for the prime offeror (SF 330 should also include team's sub-consultants) addressing the selection criteria information; and b) one (1) compact disk copy, in Adobe Acrobat format, of the SF 330 being submitted by the firm. The required services indicate a broad service type in the architectural/engineering disciplines and allied professions. The government will place greater value on a thorough explanation of a service using a subtype example, as opposed to providing brief explanations of every subtype in a service. SF 330, Part I, Section A: Contract Information: In Block 5, list firm's Dun and Bradstreet and Taxpayer Identification Number in addition to the name of the firm. SF 330, Part I, Section D: Organizational Chart of Proposed Team: In addition to the Instructions provided for the SF 330, identify the overall relationship and lines of authority of the proposed team, including key sub-consultants and office quality control. Note: All individuals listed on the organization chart are not required to have a resume in SF 330, Part 1, Section E, such as administrative or lower level engineering position. However, if the individual's ability, skills, and knowledge are integral to the firm's capability, professionalism and qualifications, a resume shall be included. This organization chart shall not be counted as part of the fifty (50) page limitation. This chart must be affixed to the submittal to avoid separation in handling. SELECTION INTERVIEW REQUIREMENTS : At a minimum, interviews will be scheduled with the three (3) most highly qualified firms. Firms slated for interviews may be asked to explain the firm's management and abilities. Elaborate presentations are not desired. Final selection of the firm(s) will be based on a combined score of the SF 330 submittal and interview. ADDITIONAL INFORMATION: All information must be included in the SF 330 package (cover letter, attachments, and excess number of pages will be excluded from the evaluation process). Per FAR 52.204-7, firms must be registered with Central Contractor Registration prior to contract award. Registration information is available at http://www.ccr.gov. Those firms that meet the requirements in this announcement and wish to be considered must submit a typed SF 330 per submission requirements herein, to: USDA Procurement Operations Division, Reporters' Building, Suite 375, Attn: Ms. Jodey Barnes-Edwards, 300 7th SW, Washington, DC 20024, no later than 2:00 p.m. local time, EST, on October 13, 2009. Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile or electronic submittals will not be accepted. Firms are informed that the SF 254/SF255 are no longer permissible will not be reviewed or considered. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the architect or engineer (i.e., State registration number). The maximum contract value may not exceed $10,000,000 aggregate total. The minimum guarantee for the contract shall be $5,000.00 for the base year only. The maximum value of individual task orders executed under this contract may not exceed $1,000,000. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. The hourly rates will be negotiated for each calendar (12-month period) year and are independent of which option year is in effect. The government may exercise the option period unilaterally. Estimated start date for this contract is February 2010. Government reserves the right to award one or more contracts under this announcement. If multiple awards are made, the government reserves the right to compete future tasks between those firms awarded a contract under this announcement. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. Firms that design or prepare specifications for a construction contract or task order issued under the resulting contract are prohibited from providing the subsequent construction. This limitation also applies to subsidiaries or affiliates of the firm. Site visits will not be arranged during this period. Debriefing requests will not be entertained prior to 45 days after the submittal due date. THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. It is the offeror's responsibility to check the FEDBIZOPPS website at http://www.fedbizopps.gov for any revisions to this announcement or other notices. E-mail address for inquiries is jodey.edwards@usda.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/OPPM/POD/AG-3142-S-09-0039/listing.html)
- Place of Performance
- Address: Washington, DC, New Orleans, LA and Kansas City, MO Metropolitan areas., Washington, District of Columbia, 20250, United States
- Zip Code: 20250
- Zip Code: 20250
- Record
- SN01949255-W 20090912/090911000805-ee1b7c0e64fa40ee8795532492b8ba81 (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 |