Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2005 FBO #1486
SOLICITATION NOTICE

C -- Architectural Design, Construction Documentation, and Administration Services

Notice Date
12/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Treasury, Comptroller of the Currency (OCC), Acquisition Management (AQM), 250 E Street, SW Mail Stop 4-13, Washington, DC, 20219
 
ZIP Code
20219
 
Solicitation Number
Reference-Number-000000828
 
Response Due
1/10/2006
 
Description
The Office of the Comptroller of the Currency (OCC) has a requirement for Pre-programming, Space Programming, Space Planning, Preliminary Design, Design, Furniture Specification, Construction Documentation, Specification, Construction Administration, and General Consulting Services in areas that impact the work environment. These services are required for all OCC office space. The OCC is headquartered in Washington, DC (approx. 325,000 sq. ft.) and has one data center in Landover, MD (approx. 30,000 sq. ft.), one Large Bank office in Charlotte, NC (approx. 10,000 sq. ft.), one Ombudsman office in Houston, TX (approx. 30,000 sq. ft.), four District offices in Chicago, Dallas, Denver, and New York (approx. 35,000 sq. ft. each), and 72 Field/Satellite offices (approx. 4,000 sq. ft. each) throughout the country. See http://www.occ.treas.gov for more information. Each office is a leased facility. The OCC is continuously involved in the construction and renovation of its office space due to regulatory, real estate, and staffing requirements. The effort includes providing programming, test fits, space plans, design development, construction documents, pre-construction/construction administrative services, furniture specifications, and move coordination. Services have been provided by Group Goetz Architects, Washington, DC, under a labor-hour/task order contract since 2002.The contract expires 9/30/2006. The acquisition strategy for the follow-on competition will entail an advisory multi-step process in accordance with FAR 15.202. The procedures in FAR Part 15, contracting by negotiation, will be utilized. The OCC will evaluate all responses to this notice and advise each respondent in writing either that it will be invited to participate in the resultant acquisition or, based on the information submitted, that it is unlikely to be a viable competitor. All respondents considered not to be viable competitors will be advised of the general basis for that opinion. Notwithstanding the advice provided by the OCC in response to their submission, all respondents may participate in the resultant acquisition. In order to be deemed competitively viable firms shall, at a minimum: 1) be located in the Washington, DC metropolitan area or have a local branch office that has been in operation for a minimum of three years and all aspects of the project will be performed in that office; 2) have demonstrated experience in all phases of design and construction; 3) have demonstrated experience in interior architecture of office space; 4) have the capability to stamp and seal construction documents in all 50 states. Written submissions are limited to a maximum of 10 pages (not including a cover letter) and shall include a general statement of technical capability and compliance with the minimum standards stated herein. Pages in excess of the maximum will not be reviewed. Additionally, the submissions shall include: 1) examples of public or private projects for entities that are similar in organizational structure to the OCC, i.e., headquarters and multiple field offices; 2) examples of projects employing sustainable design using an integrated design approach and emphasizing environmental stewardship, with experience in energy efficiency, use of recovered materials; and waste reduction; 3) number of registered architects and licensed interior designers on staff; 4) total number of personnel and an organizational structure chart; 5) 2006 labor rates for all applicable disciplines. Firms desiring consideration must submit five (5) copies of the required information if submitting hard copies. Electronic submissions are acceptable and should be emailed to Marguerite.Brown@occ.treas.gov. Responses are due by 5:00 p.m. EST on January 10, 2006. Personal visits for the purpose of discussing this requirement will not be scheduled. Telephone inquiries are discouraged. This is not a Request for Proposals. A contract award will not be made as a result of information submitted in response to this notice.
 
Place of Performance
Address: 250 E Street, NW, Washington, DC
Zip Code: 20219-0001
Country: US
 
Record
SN00954879-W 20051221/051219212316 (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.