Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2011 FBO #3367
SOLICITATION NOTICE

C -- A-E Services include: architectural and engineering services, project monitoring, technical assistance and program support services. - ATTACHMENT: EXCERPT: LIST OF SERVICES FROM THE AMERICAN INSTITUTE OF ARCHITECTS

Notice Date
2/10/2011
 
Notice Type
Presolicitation
 
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
TIRNO-11-R-00006
 
Archive Date
3/25/2011
 
Point of Contact
Edith M Benton, Phone: 202 283-1105
 
E-Mail Address
edith.benton@irs.gov
(edith.benton@irs.gov)
 
Small Business Set-Aside
N/A
 
Description
ATTACHMENT: EXCERPT: LIST OF SERVICES FROM THE AMERICAN INSTITUTE OF ARCHITECTS The Internal Revenue Service (IRS) requires architectural and engineering services, project monitoring, technical assistance and program support services for the IRS Real Estate and Facilities Management (REFM) Division, National Office headquarters, business units divisions/functions and their associated territory, area and industry offices, ten (10) submission processing/customer services sites, several customer services sites, and three (3) computing centers and various posts of duty Servicewide. 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). This acquisition for the specified architect-engineering services is Unrestricted, Full and Open Competition and will be procured in accordance with FAR Part 36 “Construction and Architect-Engineer Contracts, Subpart 36.6 “Architect-Engineer Services”. 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 value to be obligated in each year will be $12,000,000.00 making the maximum value $60,000,000.00 over the contract life. The NAICS code for this procurement is 541310 with a small business size standard of $4.5 million. The architectural and engineering services, project monitoring, technical assistance and program support services exclusive of Federal Information processing and related support services specified for performance and or delivery shall be made only as authorized by Task Orders issued under the contract in accordance with the Ordering Clause contained in the contract. The anticipated start date of any resulting contract is February 2012. Note: This is not a Request for Proposals. The requirement includes architectural and engineering, technical assistance and program support services. The “EXCERPT“ of the LIST OF SERVICES FROM THE AMERICAN INSTITUTE OF ARCHITECTS" further defines the scope of work and is included as an attachment to this notice. The following categories of services are required: 1.ARCHITECTURAL AND ENGINEERING DESIGN SERVICES: The contractor shall provide architectural and engineering design services to support the REFM and field Facilities Management Branch Offices in fulfilling their responsibilities for implementing all projects, tasks and related professional services for the IRS business units. The architectural and engineering services are associated with design, repair, alteration, construction, and requirements and specifications for the acquisition of real estate property to support the IRS business units’ programs. Activities include but are not limited to: Planning And Programming, Investigations And Studies, Analysis And Evaluations, Conceptual Designs, Plans And Specifications, Cost Estimates, Standards And Guidelines, Inspections, Shop Drawing Reviews, Standards For Evaluating Deliverables, Recommendations For Selections And Approvals, Preparation Of Operating And Maintenance Manuals, Requirements And Specification For Maintenance Contract Services, and Other Related Services. The IRS and the A/ESSC contractor shall inspect the completed construction work on behalf of IRS and coordinates with the General Services Administration (GSA) that reviews and contracts for the construction work. The A/ESSC contractor shall plan, design, and evaluate IRS' facilities. Activities include, but are not limited to: Facility Requirements Analysis, Facility Planning, Facility Pre-design Services, Facility Design Services, Technical Requirements for Solicitation Of Construction Bids, Construction Contractor's Bid Technical Evaluation Services, Site Preparation Support Services, Facility Inspection, Test and Evaluation Support, Physical, Safety and Security Analysis and Design, Facilities Risk Analyses and Contingency Planning, Develop IRS Standards for Use in Design Development, Take Part in Technical Meetings and Reviews and Make Recommendations, Quality Assurance and Control, and Performance Measurement and Assessment and Tracking. 2.SYSTEMS INTEGRATION & TELECOMMUNICATION: The A/ESSC contractor shall attend meetings with the IRS Integration Support Contractor that is under contract to the Chief Information Officer (Information Systems) IS for overall implementation and integration of the interim and target architectures for corporate, departmental and end user systems for the IRS business units. The A/ESSC contractor's primary responsibilities shall be to function at the national program level as a technical resource to the REFM and to the IS organization by: developing, planning, budgeting, scheduling, reviewing and monitoring the implementation of all projects, tasks and related aspects for site preparation and physical environment issues necessary for the IRS business units programs. Also, perform these functions at the project support level to REFM and field Facilities Management Branch Offices in the implementation of all projects, tasks and related aspects for site preparation and physical environment issues necessary for Service-wide integration of the IRS business units systems and telecommunications systems network linking of all IRS offices. 3.PROJECT MONITORING: The A/ESSC contractor shall provide architectural and engineering project monitoring support services to the REFM in its primary role of providing technical assistance, support and services to other operational, planning and resources project management offices or groups within IRS on all business units plans, projects and tasks affecting space and facilities, its physical environments, organization and operation for the contract performance periods as stated. The A/ESSC contractor project monitoring services shall provide review procedures, milestones and quality assurance measures and standards Servicewide. The A/ESSC contractor shall develop a Project Management Plan for use at the National Office level and at all A/ESSC field office levels in its long term responsibilities, functions, and actions for successful objectives within the specified budget, time and specifications of technical merit. The Project Management Plan shall include, but is not limited to: operations planning, construction contract monitoring and review, milestones, cost control, scheduling, performance and quality assurance criteria and standards. The A/ESSC contractor shall maintain comprehensive office procedures governing day to day activities and shall maintain strict enforcement compliance for security to prevent disclosure of procurement sensitive and proprietary information. The A/ESSC contractor shall provide program monitoring and review procedures to ensure quality control and quality assurance. The A/ESSC contractor shall develop and maintain cost control through a cost review system that provides updated budget and cost estimates by project or task classification categories for the duration of the project and that produces a baseline cost study with comparative cost estimates covering variations in comparison with the budget for the project or tasks. 4.PHYSICAL FACILITIES ANALYSIS: The A/ESSC contractor shall prepare a Physical Facilities Analysis and Studies of IRS facilities. The A/ESSC contractor shall provide the IRS with proper documentation regarding the physical status of the IRS facilities and the technical and program requirements to upgrade these sites to the level of service required to meet the IRS initiatives schedules addressing space and organizational culture needs through Fiscal Year 2017. The analyses and studies shall address the physical issues of the facilities (functional and environmental); economic aspects of the projects (leasing vs. ownership option analysis); interim and long term improvements related to the facilities; and systems integration requirements related to tax administration, telecommunications wire management, security, and fire/life safety. The A/ESSC contractor shall prepare a Human Factors Analysis which deals more with qualitative issues of the physical environment than with quantitative worker productivity issues and focuses on the interior design; artificial lighting levels and natural day lighting space utilization rates; provision of day care and health amenities; fire and life safety, and the general quality of life as well as the impact of moving to a "paperless" work environment. The A/ESSC contractor shall prepare space and site preparation requirements studies for systems integration related to the business units programs, projects and tasks targeted for sites as prototype, test or operational components, subsystems or integration of existing and new systems; all initiatives, projects and tasks with the systems integration space and facilities needs, interim revisions, and site preparation of a new telecommunications local area network (LAN) and any of its system, main telecommunication distribution and terminal system, riser system, riser terminal system, horizontal distribution systems, data and voice communication components and outlets, adapters, as well as interface electronics, component connectors and wire management; all initiatives, projects and tasks associated with integration, interim revisions and site preparation of new security, fire and life safety systems and studies, evaluations and technical assistance to IRS on national or site generated initiatives, projects and tasks that may affect the business units objectives, schedules, and implementation plan. 5.CONSTRUCTION MONITORING: The A/ESSC contractor shall develop a comprehensive construction monitoring program to provide review and monitoring procedures, milestones and quality assurance review. The A/ESSC contractor serves as a technical resource in construction contract monitoring services and post construction services for new construction, renovations, new lease acquisitions and site preparation work. Areas of major contract actions shall include but are not limited to monitoring, inspecting, and reviewing the progress of projects and tasks to achieve the highest quality product in the shortest possible time at the lowest reasonable cost. The A/ESSC contractor shall provide technical assistance and site coordination between the several IRS specialty contractors required during the completion of the various projects. Activities include coordinating the timely installation of such features as access flooring systems, computers and associated components, telecommunications systems and building components and systems, and security and life safety systems. Activities include coordinating the timely installation of such features as access flooring systems, computers and associated components, telecommunications systems and building components and systems, and security and life safety systems. The A/ESSC contractor shall be responsible for executing a comprehensive construction monitoring program, which identifies and selects material to be furnished by the Government and complies with the Federal Acquisition Regulation as well as providing a delivery and installation schedule or plan for these items. 6.OPERATIONS AND MAINTENANCE PROCEDURES: The A/ESSC contractor shall provide operations and maintenance procedures and shall develop equipment and preventive maintenance programs to meet the maintenance program requirements recommended by the equipment manufacturers. The A/ESSC contractor shall develop the equipment maintenance schedules, inventory of properties and equipment, and technical library. The A/ESSC contractor shall develop statements of work, contract drawings and specification documents to be incorporated into construction or lease contracts so that these items shall be available for inclusion into a comprehensive maintenance program. The A/ESSC contractor shall monitor and shall advise of the maintainability of the projects and ensure the successful implementation of the Standard Maintenance Program. The A/ESSC contractor shall develop a maintenance contract program for the designated office manager responsible for implementation which includes but is not limited to technical review of maintenance contractor proposals, follow-up training in preventive maintenance procedures, determining priorities for maintenance, and parts stockage. 7.SAFETY, SECURITY, AND RISK ANALYSIS: The A/ESSC contractor shall provide safety, security, and risk analysis recommendations to the REFM. The A/ESSC contractor shall work with the IRS and with designated IRS safety, security, and risk managers to the develop, review, and prepare the issuance of guidelines, standards, specifications and manuals; evaluations and inspections of existing facilities and buildings; and the planning, scheduling, budgeting and implementation of safety, security and risk analysis systems and programs Service-wide. Requirements include, but are not limited to, providing for safety, security, and disaster recovery plans in various work efforts and various disciplines, including procedural, physical, technical and national; security and disaster recovery requirements for communications, documents and media retention or destruction; failsafe physical and environmental systems; guidelines and procedures for developing a comprehensive single handbook or manual deliverables encompassing safety, security and disaster recovery in the various building, designs and construction elements related to recovery of space, functional relationships, location and operational requirements; and in security and disaster recovery quality assurance and control systems and programs in IRS offices. 8.SPECIAL TECHNICAL AND SUPPLEMENTAL STUDIES: The A/ESSC contractor shall prepare special technical and supplemental studies for the IRS. The services and studies shall be performed by those who have specialized training, experience, skills, background and knowledge related to the IRS long term responsibilities, functions and actions necessary for successful planning and accomplishment of IRS' business units objectives. Requirements include, but are not limited to, providing renderings and models; life cycle cost analysis; environmental monitoring of air, water, noise and other components of the environment; special furniture, equipment and furnishings designs; facilities program related computer applications; material and systems testing; still photography; time and motion videotape studies; sociological environmental handling; real estate; traffic, transportation and parking; academic analysis studies; evaluation and recommendations on methods; requirements criteria and delivery of lease space and facilities built for IRS occupancy through GSA's Solicitation for Offers (SFO) procurement documents and alternatives. The firm must meet the following minimum requirements Qualification 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; Telecommunication; 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. The evaluation criteria are as follows: The evaluation factors are listed in descending order of importance. Factor 5 and Factor 6 are equal in order of importance. 1) Professional qualifications necessary for satisfactory performance of the required services. The qualifications, including experience, professional registration, and education for the key individuals (in support of this contract) proposed by the prime and subcontractor/consultants will be evaluated under this criteria. 2) Specialized experience and technical competence in the type of work required. Type of work includes Architectural Design Services, Systems Integration & Telecommunication, Project Monitoring; Physical Facilities Analysis, Construction Monitoring, Operations and Maintenance Procedures, Safety Security and Risk Analysis, and Other Special Technical and Supplemental Studies. Other services include experience in energy conservation, pollution prevention, waste reduction, and the use of recovered material. The experience of the firms (prime and all other team members) proposed and firm’s experience with large, multi-task order nationwide contracts will also be evaluated. 3) Capacity to accomplish work in the required time. This factor includes an evaluation of the firm’s ability to respond to and process multiple task orders for various IRS offices in the geographic areas. This factor also includes an evaluation of the firm’s current corporate management structure and the proposed organizational structure to execute the work under this contract to include assigned responsibilities, communication flows, and flow of authority lines within and between the organizations in the team. 4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 5) Location of offices in at least four (4) of the following general 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). 6) Firms indicating that subcontracting and outside consultants will be used in performing work will also be evaluated on subcontracting plans. Additionally, firms indicating subcontractors and outside consultants will be used and will also be evaluated on their efforts to provide opportunities to small businesses, small disadvantaged businesses and small women-owned businesses. Firms shall submit a supplemental narrative outlining current or planned outreach efforts to small firms and what actions will be taken to ensure small business participation in this acquisition. Contract award is contingent on the submission of an acceptable subcontracting plan. Selection will be based on the qualification criteria, evaluation criteria, and / or interviews that may be scheduled and held. RESPONSES MUST INCLUDE: Hard Copy:1 Original inclusive of original signatures as required and 4 Duplicate-original copies of the Standard Form 330, Part I “Qualifications for a Specific Contract” and PART II “Architect-Engineer Qualifications” for any consultants (dated and signed by an official within the past twelve months). Electronic Copy: 1-Compact Disc Read Only Memory, CD-ROM of Original-Hard Copy. The Standard Form 330 can be found at www.gsa.gov, forms library. Specifically, SF 330 PART I “Qualifications for a Specific Contract” AND PART II “Architect-Engineer Qualifications” apply. RESPONSES MUST BE SUBMITTED AS FOLLOWS: Responses must be clearly marked on the outside cover with “Number TIRNO-11-R-00006” and must be received by 3:00 PM Eastern Time, March 10, 2011 at the following address: Internal Revenue Service ATTN: Edith Benton, (OS:A:P:B:A:A), One Constellation Centre, 6009 Oxon Hill Road,, 5th Floor,, Oxon Hill, MD 20745. NO ORAL COMMUNICATION WILL BE ACCEPTED. RESPONSES “MUST INCLUDE” AND RESPONSES “MUST BE SUBMITTED” INFORMATION AND INSTRUCTION FOR PREPARATION AND SUBMITTAL OF THE OFFER SHALL BE FOLLOWED AS STATED IN THIS NOTICE FOR THE OFFER TO BE ACCEPTABLE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/TIRNO-11-R-00006/listing.html)
 
Record
SN02377322-W 20110212/110210234412-7eaeff247d0dc60389b2171b8401431c (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.