SOLICITATION NOTICE
C -- National IDIQ for Professional Architect/Engineering Services
- Notice Date
- 5/18/2011
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- BLM OC-NOC CONST A&E SEC(OC664)DENVER FEDERAL CENTERBLDG. 50POB 25047DENVERCO80225US
- ZIP Code
- 00000
- Solicitation Number
- L11PS00272
- Response Due
- 6/20/2011
- Archive Date
- 7/20/2011
- Point of Contact
- Courtney R. Shaw
- E-Mail Address
-
courtney_shaw@blm.gov
(courtney_shaw@blm.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Nationwide ID/IQ for Architect/Engineering Professional ServicesPre-Solicitation Notice (Request for Qualifications)Total Small Business Set-Aside This is a Pre-Solicitation Notice (Request for Qualifications) for Small Business concerns. The Bureau of Land Management (BLM), National Operations Center (NOC) is seeking a qualified Small Business firm to provide architectural and engineering (A/E) services for a broad range of projects located Bureau-wide within the United States. This work may take place in any state that has public lands. However, the work will be primarily in, but not limited to, the following states: Alaska, Arizona, California, Colorado, Eastern States, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, and Wyoming. A/E services may consist of evaluation of field conditions, pre-design services, project planning, design development (DDs), construction documents (CDs) and construction administrative (CA) services, including assistance during bidding, of new and existing and/or tenant improvement of BLM owned or leased facilities. Project/Tasks may include, but are not limited to, design of public facilities (visitor/interpretive centers, comfort stations, and recreation sites); administrative facilities (offices, operation centers, warehouses, vehicle storage garages); infrastructures (electrical systems, water and sewage systems, communications and security systems, radio transmission towers, solar and wind energy, and HVAC systems); housing (single family and dormitories); and other BLM assets (roads, trails, bridges; dams, dikes, canals, boat ramps, pump stations, water control and well structures); and any other miscellaneous BLM asset/structure. In addition, tasks may include projects that support the mission of the Office of Fire and Aviation. These tasks include, but may not be limited to: planning, design, and construction administrative services of fire dispatch centers, operations buildings, engine garages, dormitories/housing, air tanker facilities, air strips, and other related facilities. A/E Services under this contract may include, but are not limited to, the following: 1.Title I Pre-Design Services which may include statement or scope of work preparation; evaluating and assessing existing site conditions, data gathering, conducting field investigations (geotechnical and survey); preparation of feasibility studies; determination of requirements for LEED or Green Globes certification; technical services in support of National Environmental Protection Act (NEPA) or National Historic Preservation Act (NHPA) Section 106 Compliance; code analysis, coordination with local utilities or other public entities; and permitting. Work may include traditional pre-design services such as: advance project planning, feasibility studies, programming, development of preliminary project budget estimates, development of schematic and conceptual designs, and preliminary design analysis, including energy performance modeling and sustainability analyses. 2.Title II Design Services which may include preparation or review of Design Development and Construction Documents (Drawing, Specifications, and Cost Estimates) and final engineering analysis associated with the construction and/or rehabilitation of new/existing facilities. 3.Title III Construction Administration/Management Services which may include management of activities required to complete the proposed facility construction (assistance during the advertisement and bidding process, technical proposal evaluations, construction surveillance, facility commissioning, warranty inspections, post occupancy evaluation/s, and the ability to provide a full time on-site Project Inspector for the duration of any construction project). 4.Supplemental Services such as: Value Engineering/Analysis (Certified Value Specialists), LEED (Certified Specialists) and sustainability design and analysis, a third party LEED Commissioning resource, Visual Resource Inventory and Management expertise, Historic Preservation expertise, Solar and Wind Energy strategic planning, Shoreline Stabilization design and analysis, water and waste water treatment, water well design and construction expertise. 5.Energy conservation and sustainability design services (Including LEED documentation, certification, and commissioning).6.Other studies, analysis, and support related to facility planning, design, and construction management. Interested firms must possess and/or assemble a team of qualified firms/individuals to demonstrate their in-house and/or consultants capabilities in addressing the above referenced architectural and engineering services (including but not limited to architecture, landscape architecture, civil/environmental engineering, electrical/mechanical engineering, structural engineering, interior design, construction administration, and LEED). Firms are required to clearly indicate those tasks to be performed in house and those to be subcontracted. In accordance with FAR 52.219-14 Limitations on Subcontracting, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Evaluation criteria in order of importance are: 1.Past Performance: Demonstrated successful history of producing quality work in a timely manner, with effective and appropriate cost controls, on similar Government services contracts. Firm shall provide up to 5 representative projects and define responsibilities of prime/subcontractors. 2.Specialized Expertise: Demonstrated successful experience and technical competence of the proposed team in performing A/E services similar to those listed above. Disciplines that may be required include, but are not limited to, certified professionals in: Architecture (including Historic and Roofing), Landscape Architecture, Civil, Structural (including Seismic), Geotechnical (including Field Sampling and Testing), Mechanical, Electrical (including Lighting and Acoustics), Surveying, Sustainable Technologies, Hazardous Materials, Cost Estimating, Construction Management, and Value Engineering. 3.Professional Qualifications: Total number and years of experience of registered architects, engineers, and land surveyors of the A/E firm and identified team members that will perform the services as described above, and demonstrated effective utilization of non-registered and/or A/Es in training. 4.Project Management: Demonstrate/discuss how the prime contractor will oversee and manage multiple in-house resources and subcontractors simultaneously, while ensuring projects are kept on schedule, of high quality (QA/QC), and within budget. Firms shall demonstrate how their multi-disciplinary Team approach results in facilities/projects that are efficient, cost-effective, energy efficient, low maintenance, and sustainable. Firms shall include examples that demonstrate effective Quality Control processes. 5.Location: Demonstrated ability to respond quickly, efficiently, and cost effectively to project needs in various geographic areas within the United States. Firms shall indicate how they intend to utilize/manage local expertise to accomplish site specific services, for small projects as well as large-scale projects. The work under this contract may take place in any state that has public lands. However, the work will be primarily in, but not limited to, the following western regions: Northwest States (Alaska, Oregon, Washington, Idaho, Montana); Southwest States (Arizona, California, Nevada); Mountain/Pains States (Colorado, New Mexico, Utah, and Wyoming). While the BLM manages lands in eastern states, the amount of land is dispersed and significantly less. 6.Capacity: Demonstrated successful history and ability to take and complete a multitude of simultaneous projects and/or task orders in a timely manner. Firms shall limit their responses to the above Evaluation Criteria to a 10 page total maximum. This does not include the SF-330. All pages shall be printed on one side only. This acquisition is a Total Small Business Set-Aside for A/E services. The procurement process will be conducted in accordance with the Brooks Act as implemented in Sub-part 36.6 of the Federal Acquisition Regulations. Full and open competition after exclusion of sources will be utilized to award one Indefinite Delivery, Indefinite Quantity (IDIQ) Contract. Once under contract, services will be acquired through fixed priced A/E Services task orders. The contract will be utilized to provide A/E services for any project located on land administered by any state office Bureau-wide. For additional geographic information refer to http://www.blm.gov/wo/st/en.html. The prime A/E firm must meet the Small Business Administrations criteria for Small Businesses under NAICS Code 541330, have been established for a minimum of 5 years with licensed architects and engineering professionals, and must possess the ability to obtain A/E licenses in the geographic area where projects are to be designed and constructed. Priority will be given to those firms who already possess A/E licenses in the above mentioned states, and/or are National Council of Architectural Registration Boards (NCARB) certified, and/or can demonstrate reciprocity with the ability to gain certification in an expeditious manner. The term of this IDIQ contract shall be for a base period of one year with four one-year renewal options for a potential five-year contract. The selected firm will be guaranteed a minimum of $5,000 for the life of the contract. The maximum ordering limitation will be $10,000,000 for the life of the five-year contract. Should the maximum ordering limit be reached prior to the expiration of all potential option years, the BLM intends to recompete the requirement and award a new IDIQ contract. All interested Small Business concerns are invited to submit a letter of interest and completed Standard Form 330. Responses must be received before 2:00pm, Mountain Standard Time, on Monday, June 20, 2011, in order to be considered for selection. Firms desiring consideration should submit an original and three copies of the letter of interest and SF-330 to: Bureau of Land ManagementDenver Federal Center - Building 50PO Box 25047 (OC-0664)Denver, Colorado 80225-0047Attention: Mr. Courtney Shaw, Contract Specialist All firms who are identified on the short list after evaluation of the SF-330s can tentatively anticipate scheduling interviews approximately 2-6 weeks after the closing date of this announcement. Please ensure that all executive level and other involved individuals of your firm will be available for attendance during these dates. This is a Total Small Business Set-Aside procurement. This is not a Request For Proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L11PS00272/listing.html)
- Record
- SN02450934-W 20110520/110518234623-1b65df5a00fe04006b1c72c08ded3de1 (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 |