Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2016 FBO #5299
SOURCES SOUGHT

C -- A-E Support Services Contract Nationwide (A/ESSC)

Notice Date
5/25/2016
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
 
ZIP Code
20745
 
Solicitation Number
D-6-D9-01-RE-A1L-000
 
Archive Date
7/15/2016
 
Point of Contact
Inez C. Maguire, Phone: 240-613-6403, Lisa Martin, Phone: 240-613-5620
 
E-Mail Address
inez.maguire@irs.gov, Lisa.S.Martin@irs.gov
(inez.maguire@irs.gov, Lisa.S.Martin@irs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a sources sought synopsis for small business concerns only. The purpose of this notice is to assess whether or not there are two or more small business concerns, i.e. 8(a) business, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business or service-disabled veteran-owned business that are capable of providing architectural and engineering and related program support services. The Internal Revenue Service (IRS) requires architectural and engineering services, project monitoring, technical assistance and support for the IRS Real Estate and Facilities Management (REFM) Division, National Office headquarters, business units divisions/functions and their associated territory, area and industrial offices, ten (10) submission processing/customer services sites, several customer services sites and three (3) computing centers and various Service-wide posts of duty. REFM serves as the IRS focal or central point dealing with the planning, coordinating, directing and implementing of all projects and tasks which affect real estate and personal property under the business units. Support to REFM in these areas will be known as the Architectural and Engineering Support Services Contract (A/ESSC). The geographic locations are: Midwest (ID, MT, WY, UT, CO, ND, SD, NE, KS, OK, MN, IA, MO, AR, WI, IL, TX); West Coast (AK, HI, CA, OR, WA); Southwest (NM, AZ, NV); Central and Ohio Valley (OH, MI, IN, KY, TN); Southeast (NC, SC, GA, FL, AL, MS, LA, PR, Virgin Islands); Mid-Atlantic (PA, NJ, DE, MD, VA, DC, WV) and Northeast (ME, NH, VT, MA, RI, CT, NY). The architectural and engineering services, project monitoring, technical assistance and program support services must be provided in the following categories, exclusive of Federal Information processing and related support services: 1. Architectural & Engineering Design Services 2. Systems Integration & Telecommunication 3. Project Monitoring 4. Physical Facilities Analysis 5. Construction Monitoring 6. Operations and Maintenance Procedures 7. Safety Security and Risk Analysis and 8. Special Technical and Supplemental Studies The A/ESSC contractor shall plan, design, and evaluate IRS' facilities. The A/ESSC contractor may be tasked to perform activities below, but are not limited to the following areas: a. Facility Requirements Analysis b. Facility Planning c. Facility Pre-design Services d. Facility Design Services e. Technical Requirements for Solicitation of Construction Bids f. Construction Contractor's Bid Technical Evaluation Services g. Site Preparation Support Services h. Facility Inspection, Test and Evaluation Support i. Physical, Safety and Security Analysis and Design j. Facilities Risk Analyses and Contingency Planning k. Develop IRS Standards for Use in Design Development I. Take Part in Technical Meetings and Reviews and Make Recommendations m. Quality Assurance and Control n. Performance Measurement and Assessment and Tracking In addition to the above activities, the A/ESSC services will include, but are not limited to the following: a. Planning and Programming b. Investigations and Studies c. Analysis and Evaluations d. Conceptual Designs e. Plans and Specifications f. Cost Estimates g. Standards and Guidelines h. Inspections i. Shop Drawing Reviews j. Standards for Evaluating Deliverables k. Recommendations for Selections and Approvals l. Preparation of Operating and Maintenance Manuals m. Requirements and Specification for Maintenance Contract Services, and n. Other Related Services The NAICS code for this procurement is 541310 with a small business size of $7.5 million. An Indefinite Delivery Indefinite Quantity (IDIQ), Firm Fixed Price (FFP) contract with a base year and four one-year option periods is anticipated. The maximum to be obligated is more than $10,000,000.00 over the contract life. The firm must meet the following minimum requirements: Qualifications Criteria: 1. Have successfully completed or be currently satisfactorily performing work on projects in building design, construction or construction management. This experience must exceed an average of $10,000,000.00 per year in professional services awarded for the last three years and have been performed in the name of the firm. 2. Have successfully completed or be currently successfully performing work on projects in which architectural & engineering related services in support of a client's mission or program have covered at least the following: Architectural & Engineering Design Services; Project Monitoring, Physical Facilities Analysis; Construction Monitoring; and Other Special and Technical and Supplemental Studies. 3. Have offices in at least four (4) of the following geographic areas: Midwest (ID, MT, WY, UT, CO, ND, SD, NE, KS, OK, MN, IA, MO, AR, WI, IL, TX); West Coast (AK, HI, CA, OR, WA); Southwest (NM, AZ, NV); Central and Ohio Valley (OH, MI, IN, KY,TN); Southeast (NC, SC, GA, FL, AL, MS, LA, PR, Virgin Islands); Mid-Atlantic (PA, NJ, DE, MD, VA, DC, WV) and Northeast (ME, NH, VT, MA, RI, CT, NY). 4. Provide proof of the firm's current active professional registration in all 50 states and U.S. territories as shown in the geographic areas cited in this notice. All interested businesses are hereby invited to submit a capabilities statement of no more than 10 pages (not including past performance information). The capabilities statement should be tailored to this request and specifically address the company's capabilities to provide the services outlined above. The statement should also include information on corporate experience, as well as key staff experience with architectural & engineering programs of similar size, scope and complexity. Additionally, the response should include past performance information on architectural & engineering programs of similar size scope and complexity including: Contract Name, Primary Point- of-Contact, Address, Telephone Number, Fax Number, Primary Point-of-Contact E-mail Address. The cover letter should also indicate the company's socio-economic status, i.e., small business concern, 8(a) business, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business or service-disabled veteran-owned small business. Firms are advised that this sources sought notice is not a Request for Proposal (RFP), is not to be construed as a commitment by the Government to issue a solicitation, to ultimately award a contract, or to otherwise pay for the information solicited herein. Response to this request will not serve as a proposal, bid, or offer, and will not be used by the Government to form a binding contract. The sole intent of this notice is to assess the capabilities and interests of small business concerns in performing these services so that a determination can be made on whether or not this requirement will be set aside for small businesses. Once that determination has been made, another announcement will be issued to initiate the selection process in accordance with FAR Part 36. Responses MUST be received by 3:00 PM Eastern Time, (TBD Date) electronically ATTN: Lisa S. Martin Lisa.S.Martin@irs.gov. If you have any questions, you can reach Ms. Martin at (240) 613-5620.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/D-6-D9-01-RE-A1L-000/listing.html)
 
Place of Performance
Address: USA-Nationwide, United States
 
Record
SN04128855-W 20160527/160525234757-918943cc17008f74f0a10b913dfe130f (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.