SOLICITATION NOTICE
C -- AOC Multi-Award E/A IDIQ
- Notice Date
- 7/25/2023 9:53:56 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- ACQUISITION & MATERIAL MAN. DIV. Washington DC 20515 USA
- ZIP Code
- 20515
- Solicitation Number
- AOCACB23R0122
- Response Due
- 8/8/2023 2:00:00 PM
- Archive Date
- 08/23/2023
- Point of Contact
- Darwin Thomas, Phone: 2022277234, Marcus Sims, Phone: 2023223259
- E-Mail Address
-
darwin.thomas@aoc.gov, marcus.sims@aoc.gov
(darwin.thomas@aoc.gov, marcus.sims@aoc.gov)
- Description
- THIS IS A PRE-SOLICITATION NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS OR INVITATION FOR BID. The Architect of the Capitol (AOC) is issuing this pre-solicitation notice for the procurement of an Engineering Architect- (EA) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract to perform a variety of architect-engineer services in support of the Architect of the Capitol. The AOC is responsible for the maintenance, operation, development, and preservation of over 18,400,000 square feet of building space and over 570 acres of land within the United States Capitol Complex and outlying sites. The AOC facilities are organized by jurisdictions which include the House Office Buildings, Senate Office Buildings, United States Capitol Building, Capitol Grounds & Arboretum, Capitol Visitor Center, Library of Congress Buildings & Grounds, United States Supreme Court Buildings & Grounds, United States Botanic Garden, the Capitol Power Plant, and the Office of the Chief Security Officer. �AOC maintains facilities in the District of Columbia, Virginia, and Maryland. EA services are needed for the �United States Capitol Power Plant, its utility distribution system, and AOC-wide heavy infrastructure projects. EA study & design services required to consolidate and upgrade the elements for steam, chilled water, and electrical power generation as well as plant, utility distribution, tunnel, and civil infrastructure. This may include development of a phased multi-year construction program approach for future projects, the development of plant standards, engineering studies, environmental surveys and sampling, designs, and engineering services during construction. Services and experience required: Mechanical, Electrical, Controls, Civil, Structural, Commissioning, Environmental, Uptime Institute Tier Analysis, and Utility Distribution for heavy plant infrastructure. This requirement are anticipated to have an eight (8) year ordering period.� The cumulative amount of all task orders against the IDIQ Contract shall not exceed an estimated value of $20,000,000 each contract. Selection Process: The AOC is a Legislative Branch agency and as such is not subject to the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act.� These A/E Services are being procured in accordance the AOC policy and consistent with FAR Part 36.600 Architect-Engineer Services. The selection process will be conducted using a Two-Phase process.� Phase I consists of the initial evaluation of the SF-330s and subsequent determination of the most highly qualified firms. The most highly qualified firms will be invited to continue with Phase II of the process.� Phase II consists of Oral Presentations for the firms and selection of the most highly qualified firms to receive the solicitation and conduct price negotiations.� The firms selected for Interview Presentations will be notified by email of selection and provided further instructions and the evaluation criteria requirements.� After the Interview Presentations are concluded the firms will be evaluated and the most highly qualified firms will be selected, requested to submit a price proposal with subsequent negotiations to follow. Award selection will be made based on the results of the Interview Presentations and successful negotiation of rates for the project, and not the SF-330 qualifications from Phase I.� If negotiations are not successful with a firm selected to submit a price proposal, they may not receive an award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/eefa12fd3e3342adb455913b524126e6/view)
- Place of Performance
- Address: DC 20515, USA
- Zip Code: 20515
- Country: USA
- Zip Code: 20515
- Record
- SN06762133-F 20230727/230725230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |