SOURCES SOUGHT
C -- Architect-Engineer Services in Support of the USEPA's Nationwide Facility Master Planning Activities
- Notice Date
- 6/10/2011
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, 26 West Martin Luther King Drive, Cincinnati, Ohio, 45268
- ZIP Code
- 45268
- Solicitation Number
- EPA-CPOD-033
- Archive Date
- 10/10/2011
- Point of Contact
- Samantha D. Fuchs, Phone: 5134872347
- E-Mail Address
-
fuchs.samantha@epa.gov
(fuchs.samantha@epa.gov)
- Small Business Set-Aside
- Partial HBCU / MI
- Description
- The U.S. Environmental Protection Agency requires a broad range of architect-engineer (A-E) services related to master planning for its environmental and analytical laboratory and laboratory support facilities nationwide. A single contract award is anticipated. The contract shall be an indefinite-delivery, indefinite-quantity (IDIQ) type contract, under which task orders shall be issued for individual projects over the five-year contract performance period. It is expected that the contract will specify a minimum order amount of $25,000 and a maximum order amount of $10,000,000 over the life of the contract. The required A-E services are being procured in accordance with the Brooks Architect-Engineer Selection Act (P.L. 92-582) as implemented by FAR 36.6 and EPAAR 1536.6. Services which may be required under any resulting contract include master plan reports with analyses of all aspects of specific EPA facilities, i.e., architecture, engineering, landscape architecture, functionality, sustainability, energy and water usage, operating costs, and capital costs. Specific services may include: (1) evaluating architectural and engineering systems of existing facilities, estimating costs for improvements, identifying deferred maintenance costs, performing condition assessments of buildings and systems, and developing a strategic plan for correction of deficiencies; (2) developing space planning scenarios in response to changing scientific requirements and programming of existing and proposed laboratory space; (3) evaluating sustainability opportunities, including energy reduction strategies using building and site analyses and Leadership in Energy and Environmental Design (LEED) criteria; (4) coordinating with EPA Program and Regional Offices to incorporate their missions and strategic goals into specific master plans; and (5) developing plans that incorporate recommendations of security assessments and energy audits. Firms will be evaluated according to the following criteria, which are listed in descending order of importance: (A) DEMONSTRATED EXPERIENCE and TECHNICAL COMPETENCE in performing programming, master planning, laboratory planning, design (including sustainable building and site design), condition assessments, and strategic planning for analytical and research laboratories and laboratory support facilities. (B) PROFESSIONAL QUALIFICATIONS in the following disciplines: (1) Licensed Architects with LEED Professional Credentials, (2) Licensed Mechanical Engineers with LEED Professional Credentials, (3) Licensed Electrical Engineers, (4) Licensed Structural Engineers, (5) Licensed Civil Engineers, (6) Licensed Landscape Architects, (7) Energy Analysts, (8) Sustainability Professionals, and (9) Laboratory Planners. The evaluation will consider demonstrated, documented and relevant education, training, registration, voluntary certifications, overall and relevant experience (highlighting recent achievements within the last five years), and key management and technical personnel longevity with the firm. Additional certifications (e.g., LEED, NCQLP, CEM, ASHRAE) shall be evaluated favorably. The submittal shall demonstrate that the A-E and its team members have all the necessary licenses and certifications as required to provide professional A-E services. (C) CAPACITY of the firm to complete task orders within a reasonable time period, including depth of professional staff in the major A-E disciplines and depth of support staff; and (D) RECORD of PAST PERFORMANCE on contracts of similar size and nature with respect to quality of work, cost control, and compliance with performance schedules, as indicated by feedback from client references, awards, commendation letters, or other performance recognition documentation. Firms desiring consideration shall submit, via express mail or courier, six (6) copies of Standard Form 330, Architect-Engineer Qualifications, Parts I and II, to the following address: U.S. EPA, Attn: Rob Lee, Architecture, Engineering and Asset Management Branch (3204R), 1300 Pennsylvania Avenue, NW, Mezzanine 300, Washington, D.C. 20004. Note that a separate Part II of the SF 330 is to be submitted for each firm that will be part of the team identified in Part I. All information must be received at the above address no later than 4:30PM EDT on July 12, 2011. The Part II submission is limited to one page for the prime contractor and one page for each subcontractor. For purposes of entering small business status on Part II of the SF330, the applicable North American Industry Classification System (NAICS) Code is 541330, "Engineering Services", and the relevant small business size standard is average annual receipts for the last three fiscal years not exceeding $4.5 million. This effort is not a small business set-aside, all qualified firms may submit the information identified above. This is not a request for proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/EPA-CPOD-033/listing.html)
- Record
- SN02469500-W 20110612/110610234814-38d569e69f3da1e01ed9cc5852b8139b (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 |