Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2018 FBO #6040
SOLICITATION NOTICE

R -- Provide professional Architectural and Engineering (A&E) services (Title I Design, Title II Services) - Solicitation

Notice Date
6/5/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement MD, 6700 Taylor Ave, Ft Meade, Maryland, 20755, United States
 
ZIP Code
20755
 
Solicitation Number
HQ0516-18-R-0018
 
Archive Date
7/14/2018
 
Point of Contact
Kiesha Campbell, Phone: 3012226029
 
E-Mail Address
kiesha.v.campbell.civ@mail.mil
(kiesha.v.campbell.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Wage Determination for CA Wage determination for MD Past performance questionnaire Sample commitment letter Solicitation document ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM SF 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSALS (RFP) PACKAGE TO DOWNLOAD. This a new procurement(no incumbent) that will result in one IDIQ contract for multi-discipline A-E services, primarily for mechanical and electrical services. Work under the contract is anticipated to occur primarily at Defense Media Activity (DMA) HQ Facilities and Defense Information School (DINFOS) located at Fort George G. Meade and DMA Broadcast Center located at Riverside, CA (March ARB). These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. The IDIQ contract will be for a base period of one year and four one-year option periods (if exercised). The total fee for the contract term shall not exceed $5,000,000. The guaranteed minimum for the contract term (including option years) is $5,000 and will be satisfied by simultaneous award of the initial task order with the basic contract. Firm-fixed price task orders will be negotiated for this contract. Estimated start date is August 2018. This proposed contract is being solicited on a Service Disabled Veteran Owned Small Business basis. The North American Industry Classification System (NAICS) Code is 541310, Architectural Services, and the Small Business size standard is $7,500,000. The Government seeks the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria. Comprehensive A-E services are required for the new construction, renovation, repair, replacement, demolition, alteration, and/or improvement of various types of facilities/systems. Types of facilities/systems may include, but are not limited to: office buildings; academic and training facilities (operational, maintenance and classroom); administration buildings; operations facilities; storage facilities; transmitter and transmitter support facilities; antenna and satellite facilities and support facilities/structures; and supporting facilities/systems such as utilities, water treatment plants, parking structures, parking lots, roadways, mechanical systems, steam or hot water distribution systems, electrical distribution systems, boilers, ground source heat pumps, closed loop geo-thermal well systems, building automation systems, foundations for tanks, and HVAC systems. Projects may also include selective demolition and site preparation. This IDIQ is primarily for A-E services, projects may also include multiple or single disciplines, including but not limited to architectural, civil, structural, interior, exterior, landscaping, civil, electrical, mechanical, plumbing, environmental, communications and fire protection as well as other professional services such as comprehensive planning, programming, estimating, studies, surveying, testing, mapping reproduction, electronic document posting, geo-technical, investigations, and construction management/administration and other ancillary services/products related to DMA requirements within the scope of this contract as detailed in the individual task orders. Architect-Engineering Services that may be required under this contract include: (1) Preparation of performance work statements/statement of work, plans, specifications, and cost estimates; and (2) Asbestos and lead assessments may be required to determine the presence of asbestos or lead. When asbestos or lead is found, comprehensive asbestos or lead surveys, to include sampling and testing, and the preparation of plans and specifications showing the location of asbestos and lead, and specifying the procedure to be followed during construction and/or demolition for removal or abatement, will be required. Work on and around confined spaces may be required on this contract. A-E firms must be able to accept work that involves asbestos, lead paint, PCBs, other hazardous materials, and confined spaces. A-E firms are required to prepare cost estimates, specifications, design-build RFPs, and drawings as required and outlined on specific task orders. Selected firm will be required to provide documents in PDF format. As defined by paragraph 1-5 of UFC 3-600-01, Fire Protection Engineering for Facilities, some task orders under this contract will require the services of a licensed fire protection engineer or sub-consultant. All engineering and design services shall comply with the most current edition of UFC 1-300-09N Design Procedures and other requirements as indicated on the Whole Building Design Guide Web Site ( www.wbdg.org ). Selected A-E firm is required to have online access to web-based support programs and email via the internet for routine exchange of correspondence/information. A-E firm is required to submit and maintain an A-E Accident Prevention Plan (APP) in accordance with USACE EM 385-1-1 for each project on this contract and Activity Hazard Analysis (AHA) for each in-field action. Key personnel, including sub-consultants, must be U.S. citizens and able to obtain security clearances as required. All contractors are advised that registration in System for Award Management (SAM) Database is required prior to award of a contract. Failure to register in the SAM Database may render your firm ineligible for award. For more information, check the SAM Web site: https://www.sam.gov. In accordance with the FAR 36.601-4(b) the A-E firm must be a registered/licensed architectural and/or engineering firm to be eligible for award. Provide proof that firm is permitted by law to practice the professions of architecture or engineering, (e.g.., state registration number, or a brief explanation of the firm's licensing in jurisdictions that do not register firms, etc.). Failure to submit the required proof could result in a firm's elimination from consideration. FIRMS WHO ARE OFFERING AS A JOINT VENTURE SHOULD INCLUDE WITH THEIR SUBMISSION A COPY OF THE JOINT VENTURE AGREEMENT. A COMPLETED COPY OF THE "LETTER OF COMMITMENT" AS SHOWN IN ATTACHMENT 1 IS REQUIRED. FAILURE TO INCLUDE THE JOINT VENTURE AGREEMENT WILL RESULT IN THE FIRM'S ELIMINATION FROM FURTHER EVALUATION. The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest. The prime firm for this contract will be required to perform throughout the contract term. Interviews may be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to clarify information contained in the SF330 submittal. Elaborate presentations are not desired. SUBMISSION REQUIREMENTS: Architect-Engineer firms desiring to be considered for this contract must submit a completed SF-330 package. The SF-330 shall be typed, one sided, at least 11 point Times New Roman or larger. Part I shall not exceed 100 single-sided 8.5 by 11 inch pages (the page limit does not include ISRs, certificates, PPQs, or licenses nor does the page limit include cover sheets or dividers, provided that these do not contain any substantive information submitted in response to the synopsis or intended to demonstrate the qualifications of the firm). Part I pages shall be numbered sequentially. The organizational chart may be one page single sided 11 by 17 foldout, using 11 point font or larger (font limitations do not apply to graphics, captions or tables). Introductions shall be included in Sections E and F of the SF 330. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF-330. Interested firms shall submit four (4) hard copies of the SF-330 and two (2) CDs to Defense Media Activity HQ, 6700 Taylor Avenue, Fort George G. Meade, MD 20755, and Attn: Kiesha Campbell, Contracting Officer. Responses are due no later than June 29, 2018 by 1400 hours. Late responses will be handled in accordance with FAR 52.215-1. The point of contact is Kiesha Campbell, Contracting Officer, at 301-222-6029. If an SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. As required above, provide verifiable evidence that your firm is permitted by law to practice the professions of architecture or engineering (e.g., state registration number). Hand-carrying of proposals is not allowed. Government personnel will not pick up proposals at the gate. It is the contractor's responsibility to ensure delivery to the location specified by United States Postal Service or other commercial couriers. Electronic (E-mail, facsimile, etc.) submissions are not authorized. Questions must be submitted in writing via e-mail to kiesha.v.campbell.civ@mail.mil no later than June 18, 2018 by 1400 hours. Inquiries concerning this procurement should include solicitation number and title and be forwarded via email to kiesha.v.campbell.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4ba2d4671fde49d4e480f9a78db9bc5d)
 
Place of Performance
Address: 6700 Taylor Ave, Ft. Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN04944081-W 20180607/180605231121-4ba2d4671fde49d4e480f9a78db9bc5d (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.