Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2014 FBO #4544
SPECIAL NOTICE

C -- A-E Services (Request for SF-330s Parts I and II): Niamey, Niger

Notice Date
5/2/2014
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA14C-SF-330-Niger
 
Archive Date
6/17/2014
 
Point of Contact
Sara Collins,
 
E-Mail Address
collinsse@state.gov
(collinsse@state.gov)
 
Small Business Set-Aside
HUBZone
 
Description
This request on the behalf of the United States Department of State (DOS), Bureau of International Narcotics and Law Enforcement Affairs (INL) is exclusively set aside for architect-engineer (A-E) firms located in Historically Underutilized Business Zones (HUBZone). The NAICS code for this acquisition is 541330 with a small business size standard of $14M. Location. The proposed construction site is located six (6) kilometers outside of Naimey, Niger on host country property and will not be considered a diplomatic construction. The construction site is 8.6 hectares in size and is in a proposed residential subdivision. Scope of Services. Architect-engineer (A-E) services are required for the initial environmental site assessment and subsurface investigations of the proposed construction site for (1) a mixed classification correctional detention facility, (2) staff housing and barracks, and (3) an adjacent training center for the Government of Niger. The United States Department of State will reserve options to negotiate concept, tentative, and construction design services, including the preparation of plans, specifications, cost estimates, and all associated engineering services, and construction inspection services. The standards at International Building Code (ICB) will be followed. The design requirements for the correctional detention facility are the following: • A rated maximum capacity of 700 to 1,000 beds (350-450 pre-trial adult males, 200-300 sentenced adult males, 70-100 pre-trial adult females, 50-100 sentenced adult females; and 30-50 juveniles); • Each group housed in a separated unit with an enclosed recreation courtyard; • Space for use as a mosque; • Break room area for inmates; • Community shower; • Main food preparation and kitchen area with dry storage, walk-in freezer, and walk-in cooler; • An area for use as a daycare for infants and young children within the female housing unit; • Administrative office space for correctional staff, • Medical office, • Mortuary space (up to six (6) bodies); and • General storage space. As for the staff housing and barracks, the requirements are as follows: • Single family homes for use by prison administrative personnel. -Include a 1, 2 or 3 bedroom unit(s) for the Prison Director and his/her immediate family. • Barracks will be designed for both male and female officers. -The barracks will include separate living space with bathroom facilities for the shift supervisors. -Barracks space should be designed for approximately one hundred (100) line staff; -Separate living space for three shift supervisors and one captain with bathrooms. As for the training center, the requirements are as follows: • Classroom spaces; • Administrative office space; • On-site living quarters for full-time personnel; • Mock court room; • Law library; • Computer rooms; • Break rooms; • Separate locker rooms for males and females; • Recreational space for outdoor self-defense training; and • Secure parking for twenty (20) vehicles and general parking space for up to another twenty (20) vehicles. Cost Range and Limitations. The estimated magnitude of the construction project is between $5 million and $10 million. Type of Contract. A firm-fixed price contract is contemplated. Estimated Starting and Completion Dates. The estimated contract award date is July 1, 2014 with the estimated ultimate completion date of December 30, 2015 (to the extent the United States Department of State exercises all options). Significant Evaluation Factors. A-E firms responding to this announcement will be evaluated on the above requirements based on the criteria in descending order of importance: 1. Professional qualifications of the team members assigned to the project including relevant education, registration(s)/license(s), longevity with the firm, and design experience; 2. Specialized experience, within the last five (5) years, and technical competence in subsurface investigation, geotechnical design, correctional detention facility design, and construction inspection services; 3. Relevant experience in West Africa; 4. Past performance on government and/or private industry contracts; 5. Cost control methods used during design; and 6. Knowledge of the French language. General Information. This is being procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. The SF 330 Part I must clearly indicate the office location where the work will be performed and the qualification of the individuals and the subcontractors proposed to work on the contract and their geographical location. The supplemental data accompanying the SF-330 must include a customer reference list with addresses and telephone numbers, and bidding records (low bid vs. estimate) for all projects listed as relevant experience. As this is a competitive HUBZone set aside acquisition, A-E firms shall also confirm their HUBZone status. All SF-330 submissions along with supporting data shall be limited to not more than 75 pages, 8 ½ x 11 paper, 12 pitch. Pages in excess of this maximum limit shall be removed from the proposal and will not be evaluated by the selection board. Experience identified in Block 19 shall not be more than five (5) years old. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise, or other requirements listed. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. All submissions should be sent in an e-mail to CollinsSE@state.gov no later than the response date and time referenced on this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA14C-SF-330-Niger/listing.html)
 
Place of Performance
Address: Niamey, Niger, Niamey, Non-U.S., Niger
 
Record
SN03355951-W 20140504/140502234650-ae62a9d856ceed0449a0a0c50d5f5d56 (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.