MODIFICATION
C -- Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) Contract for Architectural/Engineering (A/E) services - Questions and Answers
- Notice Date
- 8/10/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W., Washington, District of Columbia, 20228
- ZIP Code
- 20228
- Solicitation Number
- BEP-RFI-15-0281
- Archive Date
- 8/29/2015
- Point of Contact
- Crystal Reed-Tweedy, Phone: 202-874-2183, Joyce A. Vaughn, Phone: 2028741691
- E-Mail Address
-
Crystal.Reed-Tweedy@bep.gov, joyce.vaughn@bep.gov
(Crystal.Reed-Tweedy@bep.gov, joyce.vaughn@bep.gov)
- Small Business Set-Aside
- N/A
- Description
- Questions and Answers-8/10/15 This RFI serves as a Synopsis for a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) for Architectural/Engineering (A/E) services for the design, preparation of plans, specifications and cost estimates for various projects at the Western Currency Facility. The U.S. Department of the Treasury, Bureau of Engraving & Printing (BEP), Western Currency Facility located at 9000 Blue Mound Road, Fort Worth, Texas has a need to establish a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) Contracts for Architectural/Engineering (A/E) services and expert consultants. The IDIQ contracts will be for one (1) base year and four (4) 12 month option years. There will be no limit to the amount paid on individual task orders (TO) and no limit on project size; however the total cumulative task order amount shall not exceed $3.5 million in any one-year contract period and the minimum guaranteed contract amount is $1,000.00 for the base year and each of the option years, if exercised. The maximum dollar limitation for any individual TO against an IDIQ contact shall not exceed $1.5 million. The cumulative total of all TOs for both the base and four (4) option periods shall not exceed $10 million for the IDIQ contracts. There will be no limit on size, and projects will generally involve repairs, alterations, and improvements in connection with existing buildings or properties, and may range in size from $25,000 to $10 million in estimated construction cost; however, the typical project range is $2 million. The BEP anticipates the negotiation and award of a minimum of four (4), Firm-Fixed Price, Indefinite Delivery, Indifinite Quantity Contracts. The Architect Engineering IDIQ contracts will be for the following services: architectural design, construction administration services, building systems design, interior and exterior renovations, new building design, equipment installation, landscape design, space programming, mechanical engineering, industrial engineering, electrical engineering, civil engineering, environmental engineering (e.g. hazardous waste, air emissions) structural engineering, and fire protection engineering. The work may consist of design and feasibility studies, engineering change proposals, conceptual designs, definitive engineering scopes, various repairs, alterations and/or improvements, building condition reports, project management, inspection service for construction projects, Auto CADD services, environmental documents/services, Title I (Preliminary design), Title II (Construction Services). It is important to note that in accordance with Federal Acquisition Regulations 52.219-14 Limitation on Subcontract; the prime contractor is required to perform at least 50% of the labor with their own employees. The North American Industry Classification (NAICS) code for this procurement will be 541310-Architectural Services and will be a competitive 8(a) set-aside. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. This is not a Request for Proposal (RFP). This RFI serves as a synopsis in accordance with FAR Part 5.205, Special Situations. An RFP will be issued to the top ranked firms as determined by the Selection Board based upon the selection criteria and interviews. Task Orders (TO) to be issued under the IDIQ may range in scope from small studies to major alterations and repair projects. Prime A/E firms shall have at least one of the following licensed/registered specialty disciplines as members of the firm or team with demonstrable expertise in their respective fields: architectural design, building system design, mechanical, electrical, structural, environmental, civil engineering design, fire protection engineering, interior and exterior renovations, new building design, landscape design, space programming, and construction administration services. CONTRACT INFORMATION: Multidiscipline design and other professional services are being procured in accordance with PL-582 (Brooks A-E Act) as implemented in FAR Part 36.6. Firms selected for negotiation will be based on demonstrated competence and qualifications for the required work. SELECTION CRTERIA: In accordance with FAR 36.602, the following are the selection criteria: Specialized Experience and Technical Competence: Provide the resumes of the proposed project team that includes work experience during the last 5-7 years, educational background (including technical education and training). The offeror shall include examples of specialized experience and technical competence in using a wide variety of multi-disciplines, design projects and studies. This may include development of schematic, design development and construction drawings as necessary for all project requests, construction period services for all design contracts leading to construction, cost estimates, schedules, physical space mock ups, and preparation of statement of work (SOW), site and architectural block or line plans, magnitude cost estimates, analytical, investigative and certification services and reports, attend site visits during scope development and Construction Administration, and validation of clinical program workloads and related data. Indicate work completed under current and/or recently completed federal contracts. Include contract number(s), point of contract, phone number and e-mail address. Also, address familiarity with the Task Order (TO) process and the preparation of TO proposal documents and estimates. Firms must indicate the following: (1) accessibility to and familiarly with the Construction Criteria Base (CCB) Systems; and (2) must possess and address in-house AutoCAD/BIM Capability, recent editions. (40 points) Professional Qualifications- Provide professional qualifications necessary for satisfactory performance of required services to include registered personnel with experience in the last five (5) years in the following disciplines: Architectural, Civil, Electrical, Mechanical, Structural, Environmental and land surveying/geotechnical. (25 points) Past Performance - Provide examples of three (3) projects executed within the last three (3) years. The projects shall pertain to specific work relating to estimating performance on past projects in terms of cost control, quality of work and compliance with performance schedules, including past and/or current IDIQ's with other Government Agencies and/or private industry. Provide letters of evaluations and/or recognition by other clients. Include a Point of Contact with current phone and e-mail address for each contract/ project listed. (10 points) To facilitate the review of past performance, offerors must submit the attached Performance Evaluation (Attachment 1) to be completed by three (3) evaluating firms and shall be returned directly to: crystal.reed-tweedy@bep.gov. These forms will not be accepted directly from the offeror. Capacity- Provide three (3) examples of the capacity to accomplish the work in the required time and the ability to adhere to schedules in the past three (3) years. Provide current workload capability of the prime firm, proposed consultants and designers. Literature should be included to demonstrate the prime firm's ability to meet scheduled deadlines. This will allow the Government to determine the availability of experienced personnel during the performance period of the contract as well as the capacity to accomplish the work required. (15 points) General Geographical Area and Knowledge of the Locality of the Project: This requirement considers the prime firm's familiarity of the applicable geographic area's architectural standards and codes, building codes, environmental regulations, soil conditions, and seismic requirements. (10 points) SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit a total of three (3) hard copies and one (1) electronic copy of the SF 330 are required. SF-330, Part I may be accompanied by any other evidence of experience and capabilities the applicant considers relevant. A separate SF-330, Part II shall be submitted for each proposed consultant's office involved. The SF 330 shall not exceed 50 single-sided pages, 8.5 x 11 inches with a minimum font size of 10 and single-spaced and, not counting any dividing tab used to identify each SF 330 Section. Please use clearly labeled tabs to separate and identify each section. Information may not be incorporated by reference into the Standard Form 330. To be eligible for contract award a firm must be registered in System for Award Management (SAM). Hard copies of the SF 330 should be sent to: The Bureau of Engraving & Printing 14th & C Sts. SW Washington, DC 20228 Attn: Crystal Reed-Tweedy The electronic copies of the SF 330 should be emailed to: crystal.reed-tweedy@bep.gov ALL requirements MUST be met for a firm to be considered responsive and must be received by Friday, 28 August 2015 at 1200 PM ET (both the hard and electronic copies). Questions should be submitted via email to the Points of Contact personnel listed below no later than 1200 PM ET on Monday, 17 August 2015. Points of Contact: Crystal Reed-Tweedy, Contract Specialist, Email: Crystal.Reed-Tweedy@bep.treas.gov Joyce Vaughn, Contract Specialist, Email: Joyce.Vaughn@bep.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFI-15-0281/listing.html)
- Place of Performance
- Address: Bureau of Engraving & Printing, Western Currency Facility, 9000 Blue Mound Road, Fort Worth,, Texas, 76131, United States
- Zip Code: 76131
- Zip Code: 76131
- Record
- SN03831609-W 20150812/150810235859-76dc78ed7a560efc704c39084d0b6c1c (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 |