SOURCES SOUGHT
C -- Domestic Architecture Design & Engineering IDIQ
- Notice Date
- 11/12/2014
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural 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
- DomesticAEIDIQSS
- Archive Date
- 1/1/2015
- Point of Contact
- Jennifer Leung, , Michael F. Howard,
- E-Mail Address
-
leungjb@state.gov, Howardmf@state.gov
(leungjb@state.gov, Howardmf@state.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT/REQUEST FOR INFORMATION NOTICE ONLY. This is not a solicitation or request for proposals. This is a Request for Information (RFI) as outlined in FAR 15.201(c) (7). The purpose of this RFI is to accomplish market research pursuant to Federal Acquisition Regulation (FAR) Part 10, and to identify businesses capable of performing the functions described herein. The government is requesting information regarding the availability and feasibility of attracting firms that are capable of providing Domestic (CONUS - Contiguous US (48 states)) Architectural Design & Engineering services to support the requirements of THE U.S. DEPARTMENT OF STATE (DOS), Real Property Management (RPM). This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the government to conduct a solicitation for the below-listed services in the future. Responders are advised that the government will not pay for information submitted in response to this RFI, nor will it compensate responders for any costs incurred in the development/furnishing of a response. Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation. This RFI is issued for the following purpose: The U.S. Department of State, Office of Logistics Management on behalf of Real Property Management, is seeking firms that are capable of providing architectural design & engineering services within the United States. The projects will be for professional architectural design & engineering services to include, but not limited to, facility assessments, data collection, engineering/building systems (mechanical/electrical/plumbing), communication and information technology infrastructure, structural surveys, space situation summaries, space requirements reports, performance specifications and cost estimates, block and stack plans, space plans/layouts, interior design: finishes and color selection, architectural design: construction drawings and specifications, construction review and punch lists, furniture review and punch lists, design of system upgrade and replacement projects, design of physical security and surveillance systems, special forced entry, and ballistic resistant construction, hazardous material abatement and removal design/specification, and existing condition documentation. Additionally, relocation planning and management/oversight services, and furniture procurement, construction supervision and installation management/oversight services are required. Services shall include the following: architectural, including space planning and interior design; master planning; treatment of historic/cultural resources; facilities programming; electrical engineering; mechanical engineering; structural engineering; blast; civil engineering; security systems engineering; lighting system design, acoustical engineering, chem-bio [Nuclear, Biological, Chemical (NBC)] engineering; cost estimating and planning; value engineering; landscape architecture, commissioning, communications information and audiovisual technology, Energy Analysis and Environmental Assessment; other specialties when needed; administrative and technical coordination of the various disciplines involved; working within the U.S. Government's requirements, and with the applicable laws, codes, and standards at the each project site. Familiarity with sustainable design through an integrated design approach is required; experience with LEED certification is required. Tasks routinely involve travel to Department of State Facilities mostly in the Washington Metropolitan area, to include but not limited to Northern, VA, Maryland, and Washington DC. It is requested that firms provide the following information: 1. We are seeking Companies ONLY in the following Socio-Economic Categories: (Small Business (SB), Women Owned Small Business (WOSB), HubZone (HUBZ), 8(a), Service Disabled Veteran Owned) under NAICS code 541310. Please provide information confirming what category your firm is registered under. All interested companies must have an active registration in the System for Award Management (SAM) and not be on the Excluded Party List. 2. Qualifications of team members, with an emphasis on those in key roles. Please include applicable licenses, registrations, and certifications, as well as other indicators of high quality professional performance. Note which team members are LEED Accredited Professionals. 3. Specialized experience and technical competence in facility rehabilitation and system replacement projects involving multiple disciplines, e.g. architectural, interior design, technical security, physical security, mechanical, plumbing, civil/-geotechnical, structural, and electrical in office buildings and other support facilities and experience with LEED certification. Experience with LEED certification is required. 4. Submit a portfolio of no more than six (6) projects that have been designed and completed construction in the last ten (10) years (maximum of six pages printed on three double-sided sheets per project). The six (6) completed projects shall be reflected in ranges of construction values of either: a) less than $5 million, b) $5 - $10 million, and c) $10 - $20 million. The narrative shall describe the design approach with salient features for each project and discuss how the client's program, image, mission, budget, schedule, maintenance, functional and operational objectives were satisfied by the overall planning and design solution. IN ORDER TO BE CONSIDERED FOR AWARD OF A DEPARTMENT OF STATE (DOS) CONTRACT, interested offerors, including all entities which comprise a joint venture, and the joint venture itself, must possess or be able to obtain a Defense Security Service (DSS) Secret facility clearance (FCL) with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. Offerors already possessing a Secret FCL must submit their appropriate Commercial and Government Entity (CAGE) Code with the required qualification documentation. Uncleared firms selected for contract award will be sponsored by Department of State for an FCL at the Secret level. Sponsorship does not guarantee that the firm will receive the clearance.. A period of 90 days 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. No contract can be awarded until at least an Interim Secret FCL has been granted. Due to time constraints, the Government will not delay award of contracts to selected firms already in possession of Secret FCLs. Contractor personnel requiring access to classified information or Controlled Access Areas (CAA) must possess Secret personnel security clearances issued by DSS prior to performance on the contract. This Sources Sought incorporates provision 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997) as prescribed by 15.209(c) Requests for Clarifications must be submitted, in writing by e-mail, to Ms. Jennifer Leung at Leungjb@state.gov AND Mr. Michael Howard at HowardMF@state.gov, no later than 1:00 p.m., Eastern Daylight Time, on December 9, 2014. ALL SUBMISSIONS MUST BE RECEIVED BY 2:00 P.M. Eastern Daylight Time on December, 17, 2014. Your material may be submitted via e-mail at Leungjb@state.gov, via Hand-delivery or courier deliveries address (Federal Express, UPS, etc. - No USPS delivery) to Ms. Jennifer Leung, U.S. Department of State, Office of Logistics Management, A/LM/AQM/FDCD/AEB, SA-6A Room 400, 1735 N. Lynn Street, Arlington, VA 22209 NOTE: This office is located on a secure floor so please schedule deliveries of your submission in advance if you plan to hand deliver your submission by contacting Jennifer Leung at Leungjb@state.gov or 703-875-6055. THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/DomesticAEIDIQSS/listing.html)
- Record
- SN03571290-W 20141114/141112234409-96ce7de20bb4edd3f28df8ae56e8a2bc (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 |