Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2016 FBO #5189
SOURCES SOUGHT

C -- MWEOC Architect Engineering IDIQ for Mount Weather

Notice Date
2/5/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, National Continuity Branch, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135, United States
 
ZIP Code
20135
 
Solicitation Number
MWEOC-AE-IDIQ
 
Archive Date
3/22/2016
 
Point of Contact
Jay Cohen,
 
E-Mail Address
jay.cohen1@dhs.gov
(jay.cohen1@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This synopsis is to solicit responses which the Mount Weather Emergency Operations Center(MWEOC) will utilize to select a contractor for negotiations leading to the award of a contract to be used for the acquisition of Architect-Engineering (A-E) Services at the MWEOC facility in Mount Weather, Virginia and the FEMA Olney facility in Gaithersburg, MD. The A-E services to be provided under the proposed procurement consist of providing Architectural, Civil, Mechanical, Electrical, Interior Design, Fire Protection and IT support for the facility. Services may consist of any combination of the following: scope development, conceptual development, cost estimating, design & specification development, post construction submittal review, construction inspection services and commissioning. Federal Acquisition Regulations (FAR) Part 36.6 (Brooks Act) selection procedures apply. The following is a listing of criteria that will be used in the preliminary screening of the A-E firms responding to this synopsis. A-E firms must meet these requirements to be considered for the work: 1. Provide a completed Standard Form 330(parts I & II). 2. Have project managers and consultants that hold a professional degree and are licensed professional engineers or registered architects 3. Hold an active DSS current TOP SECRET facility clearance and have appropriate engineers and support staff that hold active current TOP SECRET clearances. 4. Have the lead office located within 150 miles from Mount Weather, Virginia. 5. Have a minimum of 10 employees located at the lead office. Factors, listed in descending order of importance, to be used in the selection process include: (1) Specialized classified(TOP SECRET), as well as unclassified, experience and demonstrated capabilities in the areas of scope development, conceptual development, cost estimating, design & specification development, interior design, post construction submittal review, construction inspection services and commissioning; (2) Capacity to accomplish the work in the required time frame and capacity to perform the classified work using cleared individuals; (3) Professional Qualifications; (4) Past Performance on A-E contracts at MWEOC, other Government agencies or private industry over the last 10 years; (5) Geographical Location. Responding firms not providing all required information may be negatively evaluated. SF 330s will be evaluated to determine the most highly qualified firms based on criteria responses. The top three or more firms chosen by the final selection board will be required to participate in an interview process and make a technical presentation to the selection board. The interview and presentation will occur either remotely via teleconference/videoconference or at the MWEOC site. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, inaccessible points of contact, or invalid phone numbers/email addresses could result in a firm being considered less qualified. All projects provided in the SF 330 (Architect-Engineer Qualifications) must be completed by the office/branch/individual team member actually performing the work. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. In the submittal, the A-E firm shall clearly define the location of the lead office as well as detail their ability to handle TOP SECRET information by including a copy of their current DSS ISFD (with CAGE code listed for their firm proposing to provide the AE services). Other company resources and experience should be shown separate from the lead office's resources and experience. The Government will provide a DD Form 254 Contract Security Classification Specification at a later date, during the selection/award process. The proposed contract will be a multi-year firm-fixed price task order type contract with an anticipated period of performance of a base plus six option years from date of award. IAW FAR 16.500(d) and Subpart 36.6, the Government may make multiple awards. Value of the contract, if awarded to only one contractor, is estimated to be under $10 million dollars. It is estimated that contract award will be made towards the end of fiscal year 2016. The above services are not set-aside for Small Business or Small Disadvantaged Business firms. A-E firms must be registered with The System for Award Management http://www.sam.gov prior to their submission for this opportunity. Firms shall also submit their DUNS number with their submission to this opportunity. Architect-Engineer firms which meet the requirements described in this announcement are invited to submit a completed Standard Form 330 and appropriate data as described in Government-Wide Numbered Note 24. The SF 330 Part I shall not exceed 75 pages. Firms responding to this synopsis should include appropriate information regarding any consultants or associates to be used and should include project name "MWEOC Architect Engineering IDIQ for Mount Weather" in their submitted Standard Form 330, Architect-Engineer Qualifications, as well as on the letter of transmittal and other information submitted in response to this announcement. Firms responding to this announcement after the closing date and time will not be considered. Forms must be complete and current. Each firm must complete and submit a separate Part II of the SF 330, regardless if one is on file with this agency. Part II must show only the office or offices that are intended to have a key role in the contract. Blocks E and G of Part I must include only individuals proposed to perform the anticipated work, including all subcontractors or consultants, in the appropriate columns, and should not include persons that will not actually do the work. Block E must clearly show if individuals are full-time, consultants or free-lance. Do not include promotional brochures, advertisements or other extraneous material in a submission. Firms may be rejected for incomplete or missing SF 330s Include the firm's point-of-contact, email address and telephone number in the submittal. Firms shall submit the following: a) One (1) Adobe PDF file(not to exceed 30MB in file size) of SF 330 and ISFD for the prime offeror (SF330 should also include team's sub-contractors) addressing aforementioned selection criteria information. Submissions must be received by the Contracting Officer, via email, no later than 1000 Hrs EST on March 7th, 2016, in order to be considered. Hand delivery to address below will not be permitted due to security concerns at the facility. Site visits will not be arranged prior to the due date referenced above. Your submission shall not contain any classified information. This notice is intended to provide sufficient information for preparation of a Standard Form 330. All firms that respond must submit their Standard Form 330 based on information contained in this notice and should not contact MWEOC officials by letter, email or by telephone to request additional information on the classified & unclassified SOW. Potential offerors are responsible for monitoring this web site for the release of any modifications to this announcement. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access this notice or applicable modifications to this notice. All responsible sources may submit a response at their own cost. This is not a request for a pricing proposal. The email address for submission of your SF 330 & ISFD is jay.cohen1@dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/MWEOC-AE-IDIQ/listing.html)
 
Place of Performance
Address: 19844 Blue Ridge Mountain Road, Mount Weather, Virginia, 20135, United States
Zip Code: 20135
 
Record
SN04012555-W 20160207/160205234919-e085d61a9aa56b55daafa064e1f6f472 (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.