Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2007 FBO #2095
SOLICITATION NOTICE

C -- Indefinite Delivery Indefinite Quantity Contract for engineering, planning and design of projects for the Securities and Exchange Commission

Notice Date
8/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Securities and Exchange Commission, Procurement and Contracts Branch, Operations Center, 6432 General Green Way, MS 0-20, Alexandria, VA, 22312-2413, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SECHQ1-07-R-0346
 
Response Due
9/12/2007
 
Archive Date
11/1/2007
 
Description
This acquisition is for Architect-Engineering (A/E) services, and is procured in accordance with the Brooks A-E Act as implemented in Sub-part 36.6 of the Federal Acquisition Regulations. Design and Engineering Services are required for a multi-disciplined A/E Services Indefinite Quantity Contract for the Securities and Exchange Commission (SEC). The contract will provide A/E services for the SEC Nationwide. The major portion of the work to be completed under this contract will be for the Washington, DC Headquarters Office and the Operation Center located in Alexandria VA. Following is a list of SEC locations that are to be serviced by this contract: Washington, DC, Alexandria, VA, New York, NY, Miami, FL, Chicago, IL, Denver, CO, Los Angeles, CA, Boston, MA, Philadelphia, PA, Atlanta, GA, Forth Worth, TX, Salt Lake City, UT, and San Francisco, CA. Licensed architectural, multi-disciplined engineering and design (A/E) services for facilities demolition, repairs, alterations and/or new construction are required under indefinite quantity, firm-fixed price type contracts for all types of new and existing facilities. This includes: 1) Project planning and development; 2) Engineering Studies; 3) Project designs (including preparation of drawings in AutoCAD 2007 or higher, calculations, specifications, and cost estimates using Microsoft Office Project 2003 or higher for projects with an Estimated Cost of Construction of $100,000 or more); and 4) use of the Simplified Acquisition Procedure, SAP (with sketches, essential calculations, minimal specifications and order of magnitude cost estimates for projects with an ECC of less than ($100,000) Taskings will include, but are not limited to: partial design packages; total design packages; repairs and alterations to existing facilities, collateral equipment lists; obtaining permits and regulatory approvals; comprehensive interior design; contractor submittal review; construction inspection, observation and consultation; Operations & Maintenance Support Information (OMSI); fire protection; anti-terrorism/force protection evaluation and design; designs for phased construction; and as-built drawing preparation. In addition, the SEC has the following requirement for a CAD Operations Manager/Interior Architect who will work on-site at the Government-provided workstation in the agency?s Construction and Real Property Branch located in Alexandria, VA. Work shall be one person on a full time basis, Monday through Friday (except Federal Holidays) eight hour days. 1. Provide CAD system management knowledge and direction to sustain and enhance AutoCAD 2007 (or newer). 2. Administer, utilize, and update the agency's CAD database, assisting Government personnel through production and delivery of accurate space and facility data for various space management specialists in the agency. 3. Provide single-point responsibility for keeping the database current to actual conditions, based on both Contractor's and agency's surveys of facilities. The individual shall sustain the facility database to the extent requested by the agency's Contracting Officer's Technical Representative (COTR). The individual shall enter in the database updated site information within 14 calendar days from notification by the Government of completion of construction. 4. Work shall include, but not be limited to: a. Office identification, b. Space classification and utilization, c. Construction descriptions, d. Administrative boundaries, e. Area information and summaries, f. Construction management data, g. Room and area site inspection and information gained from ongoing verification. 5. Develop and deliver to the agency's COTR, design intent drawings, scale drawings, and material selections as requested for the following: a. Agency general space renovations. b. New and reconfigured offices c. Facility layout templates. d. Facility occupancy plans and site improvements. The Contractor shall receive technical direction for projects from the COTR based on agency management decisions, user facility requirements, and Contractor interviews of clients. Drawings shall conform to industry and government standard for construction documents. Drawings will be used as part of agency's Official Contract and/or Change Order document packages. Deliverables shall be in following forms: vellum-type, black line, AutoCAD 2006 format, according to agency direction. 6. Assist the Space Planner in development of finish schedule for projects. 7. Monitor construction of architectural layout, details, and conformance to drawings identified in requirement "4" above, and provide construction inspection and progress reports to the COTR. 8. Assist the agency?s Construction and Real Property Branch Specialist to document and design construction architectural layouts, details and conformance to drawing standards. 9. Modify existing drawings of completed construction sites showing architectural, mechanical, and electrical changes. Drawings shall conform to industry and Government standard for construction documents. Drawings will be used as part of the agency?s CAD database, and as part of the agency's Official Contract and Change Order document packages to Government landlord(s) and other Government agencies. 10. All new design work for the agency shall be accomplished using AutoCAD-based software. 11. Study and know technical construction and Government schedule requirements of agency construction programs. 12. Compile and deliver to the COTR comprehensive technical information for agency solicitation of service contracts for CAD hardware and software. 13. Write and submit electronic reports to the COTR that shall include, but not be limited to: a. MONTHLY REPORT ? If required by the COTR, Contractor shall provide electronically a document that includes comprehensive pertinent data concerning design schedule, accomplishments, causes and resolution of delays, and technical updates. Format shall be in accordance with the template provided by the COTR. Due date shall be the 23rd of each month, or the last Government workday before the 23rd of each month if the 23rd falls on a weekend or holiday. b. ACTIVITY DRIVER REPORT - Contractor shall provide monthly an electronic summary sheet that includes comprehensive pertinent data concerning the number of specific activities and the corresponding identification of client for whom the activities were performed. Specific activities that the Contractor shall track, sum, and report shall be according to the agency COTRs direction. Contractor shall retain all supporting Activity Driver data for audit and review by the COTR. Due date shall be the 28th of each month, or the last Government workday before the 28th of each month if the 28th falls on a weekend or holiday. 14. Schedule and Deliverables: The Contractor shall start work on this task order upon approval and authorization by the COTR. The individual shall write, provide, and submit: Item(s) Due Monthly Reports As noted in Requirement 14a (above) Activity Driver Reports As noted in Requirement 14b (above) Technical Information As requested Progress Reports As requested Cost Estimates As requested Construction Drawings As requested Construction Inspection Reports As requested Status Reports Weekly "As-built" Drawings At the completion of construction Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unsatisfactory based on the risk to the Government that the offeror will successfully perform the factor being evaluated. Award will be made to the firm determined to be most highly qualified. Information for each factor should be submitted for the office and/or employee performing the work in response to this announcement. It is recognized that for firms with multiple offices, a project team may be formed from personnel from more than one office. If more than one office is represented, this must be stated clearly in the work management plan. The Selection Board will consider the performance risk associated with that team not being co-located in the geographical proximity to the supported projects. Significant evaluation factors (in order of importance): 1) Professional Qualifications: Submit a matrix of proposed design team(s), including alternatives, that contain the following data about the members assignment: members name, firm name, office location, proposed team assignment, percent of time to be spent on this team, education level/discipline (example: BS, mechanical engineering), states of professional registration, number of years of professional experience, and number of years with the firm. Also for project managers and team leaders, identify the number of teams (design, consultants and joint venture partners) they have managed over the past five years. 2) Key Personnel: Resumes for qualified personnel should be presented in Section E for the following key personnel. All key personnel shall be shown on the organizational chart. Key personnel in disciplines that are required to be licensed, registered, and/or certified include the following: architect, structural engineer, civil engineer, mechanical engineer, and electrical engineer. Resumes shall be provided for other key personnel as follows: project manager, interior designer, cost estimator, and landscape architect. Registration or certification for all is encouraged. 3) Specialized Experience: Provide a description of germane, recent projects, with clients, for which the team members provided a significant technical contribution. Work on these projects must have been in the last five years. Indicate how each project is relevant to the work described herein. 4) Past Performance: Provide a tabular listing of all excellent performance ratings and letters of commendation from both private and Federal clients (designate your role: prime, consultant or joint venture partner). These ratings should be dated 2002 or later and include the following data: current client contacts, project due date, design completion date and final cost estimate compared to the contract award amount (note whether bid or negotiated). 5) Capacity: Submit an organizational chart with the following submission: Principal point of contact, project manager, team leaders, and the name of each design team members, all team member associates, and the name of at least one alternative for each key person. 6) Location: Provide a list of recent projects performed by the firm or joint venture partners and appropriate subcontractors in the Washington, DC/Alexandria VA area. At the selection interview, A-E firms slated for interviews must submit their Design Quality Assurance Plan (DQAP), including an explanation of the management approach, an organizational chart showing inter-relationship of management and design team components, specific quality control processes, a portfolio of design work , a listing of present business commitments and their required completion schedules, financial and credit references and performance references. Knowledge of locality as it pertains to design and construction methods of Federal projects in the Washington DC/Alexandria VA area and the 11 sites of responsibility. 7) Commitment to small business: use of small business concerns as sub consultants. (note: small business firms must also address these criteria. All firms, regardless of size, will be evaluated on their commitment to small businesses). Demonstrate commitment and use of small business concerns as sub consultants on this contract. Provide a chart with each small business category; identify the proposed names of the small businesses, and the dollar amount and subcontracting percentage the prime anticipates subcontracting to each firm. 8) Sustainable Design: Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts through an integrated design approach and designing in accordance with the U. S. Green Building Council, Leadership in Energy and Environmental Design (LEED) Green Building Rating System. The SEC estimates that the majority of LEED Programs will be for Commercial Interiors (i.e. LEED-CI) Identify examples indicating design team (including consultants) experience and concepts employed, LEED certification points anticipated and final LEED points awarded, and LEED certified professionals proposed for this contract. The contract amount for the Securities and Exchange Commission shall not exceed $3,000,000 over the life of the contract, is not expected to exceed $550,000 per year, and shall not exceed $100,000 per project unless mutually agreed. The guaranteed minimum contract amount is $5,000. The duration of the contract will be for one year. The contract may be extended up to four additional years by options exercisable at the discretion of the Government. SUBMITTAL REQUIREMENTS: Interested sources are invited to respond to this solicitation by providing a submittal package including an original SF 330, Parts 1 and 2, for the prime and an SF 330 for each subcontracted consultant proposed. As an attachment, provide an organizational chart of the proposed team showing the names and roles of all key personnel. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF330. Provide evidence of your firm?s capability to accomplish the work within required time limits (usually nine weeks for the average projects plus Government review time). Demonstrate your firm?s ability to juggle workload and to manage a number of projects at one time such as would be required in an IDIQ contract. Show your ability to respond to multiple and varied assignments simultaneously in several states utilizing all the engineering disciplines required by the scope of work. Provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., state registration number. All respondents to this notice shall additionally include a narrative addressing their ability to adequately coordinate and accomplish all required engineering services for multiple projects described above in a multi-state area. In this narrative, the respondents shall identify specific expertise retained in-house and also services that would be subcontracted out. The submittal package must be received not later than 2:00 p.m. local time on September 12, 2007. The NAICS Code is 541310 and the Size Standard is $4.5M. Offerors must be registered in the Central Contractor Registration (CCR) database in order to participate in this procurement. Include contact name, phone number, fax number and email address on SF 330. Label lower right corner of outside mailing envelope with: A/E Services, SECHQ1-07-R-0346, attention Ms. LouAnn DeMoske; Mailing address is: Securities and Exchange Commission, Procurement & Contracts Branch, 6432 General Green Way / 0-20, Alexandria, VA 22312. Late responses will be handled in accordance with FAR 52.215-1. Electronic (e-mail, facsimile, etc.) submissions are not authorized. For additional clarifications and questions, please contact LouAnn DeMoske at (202) 551-8716 or e-mail at demoskel@sec.gov.
 
Place of Performance
Address: 6432 General Gree Way / 0-20 Alexandria VA and the SEC Field Offices within the United States.
Zip Code: 22312
Country: UNITED STATES
 
Record
SN01378876-W 20070822/070820222101 (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.