MODIFICATION
C -- Architect-Engineer Services
- Notice Date
- 10/13/2011
- Notice Type
- Modification/Amendment
- 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
- D-1-D9-01-RE-A57-000
- Archive Date
- 11/11/2011
- 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
- REVISED:This is a sources sought synopsis for small business concerns only. The purpose of this notice is to assess whether or not there are two or more small business concerns i.e. 8(a) business, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business or service-disabled veteran-owned business that is capable of providing Architectural and Engineering (A/E) and related support services. The IRS Real Estate and Facilities Management (REFM) Division serves as the IRS’ central and main office that supports the planning, coordinating, directing and implementing of all projects and tasks which affect real estate and personal property IRS nationwide. Specific service requirements include REFM, National Office headquarters, call sites, and computing centers located in over 700 buildings/facilities which include approximately 27 million square feet nationwide. Support to REFM in these areas will be known as the National Architectural Support Services Contract (NASSC). The geographic areas 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). The architectural and engineering services shall be inclusive of the architect-engineer services as defined in FAR 2.101. The professional services of an architectural or engineering nature to be provided by the professional architect and engineer firm includes but is not limited to the following: 1.) Architectural Design Services, 2.) Systems Integration & Telecommunication, 3). Project Monitoring, 4). Physical Facilities Architectural Analysis and studies, 5.) Construction Monitoring, 6.) Operations and Maintenance Procedures, 7.) Safety Security and Risk Analysis; 8.) Special Technical and Supplemental Studies and 9.) Other A-E related and program support services as may be required. The NAICS code for this procurement is 541310 with a small business size standard of $4.5 million. An Indefinite Delivery Indefinite Quantity, IDIQ, Firm Fixed Price, FFP contract with a base year period and four one year option periods is anticipated. The maximum to be obligated in each year will be $3,000,000.00 making the maximum value $15,000,000.00 over the contract life. The professional architect and engineer 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. 2) Have successfully completed or be currently successfully performing work on projects in which architectural and engineering related services in support of a client’s mission or program for services as stated in this notice. 3) Have offices in 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 and have, at a minimum, one (1) registered Architect-Engineer in each of the four (4) required geographic areas cited. All interested businesses are hereby invited to submit a capabilities statement of no more than 10 pages (not including past performance information). The capabilities statement should be tailored to this request and specifically address the company’s capabilities to provide the services outlined above. The statement should also include information on corporate experience, as well as key staff experience with architectural & engineering programs of similar size, scope and complexity. Additionally, the response should include past performance information on architectural & engineering programs of similar size scope and complexity including: Contract Number/Name, Point of Contact, Phone Number, Email Address, and Description of Services Provided. The response should address basic corporate information including annual gross revenue, number of employees in the company, number of years in business, and the primary focus of the business and associated NAICS code(s). The cover letter submitted in response to this request should include the following information: Company Name, Primary Point of Contact, Address, Telephone Number, Fax Number, E-mail Address for Point of Contact. The cover letter should also indicate the socioeconomic status of the company i.e. small business concern; 8(a) business, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business or service-disabled veteran-owned business. The Government will acknowledge contractor team arrangements that propose to form a partnership or joint venture or a potential prime contractor agrees with one or more other companies to have them act as its subcontractors for this acquisition. The Government will recognize the integrity and validity of contractor team arrangements; provided, the arrangements are identified and company relationships are fully disclosed in the offer. The stated minimum requirements qualification criteria for offices in four of the geographic areas and the minimum requirements qualification criteria for proof of the firm’s current active professional registration and one registered Architect-Engineer in each of the geographic areas can be met with an acceptable contractor team arrangement.. The Government will hold the primary contractor fully responsible for contract performance, regardless of any team arrangement between the prime and its subcontractors. Firms are advised that this sources sought notice is not a Request for Proposal (RFP), is not to be construed as a commitment by the Government to issue a solicitation, to ultimately award a contract, or to otherwise pay for the information solicited herein. Response to this request will not serve as a proposal, bid, or offer, and will not be used by the Government to form a binding contract. The sole intent of this notice is to assess the capabilities and interests of small business concerns in performing these services so that a determination can be made on whether or not this requirement will be set aside for small businesses. Once that determination has been made, another announcement will be issued to initiate the selection process in accordance with FAR Part 36. RESPONSES MUST INCLUDE: Hard Copy:1 Original dated and signed by a company official) and 4 Duplicate-Hard Copies of Original-Hard Copy. RESPONSES MUST BE SUBMITTED AS FOLLOWS: Responses must be clearly marked on the outside cover with “Number D1D901REA57000” and must be received by 3:00 PM Eastern Time, October 27, 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 CAPABILITIES STATEMENT SHALL BE FOLLOWED AS STATED IN THIS NOTICE FOR THE CAPABILITIES STATEMENT TO BE ACCEPTABLE. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2011-08-26 14:10:18">Aug 26, 2011 2:10 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2011-10-13 16:33:00">Oct 13, 2011 4:33 pm Track Changes Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][added_on]" value="2011-09-12 16:37:13">Sep 12, 2011 4:37 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][modified_on]" value="2011-10-13 16:33:00">Oct 13, 2011 4:33 pm Track Changes Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][3][added_on]" value="2011-09-19 14:46:22">Sep 19, 2011 2:46 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][3][modified_on]" value="2011-10-13 16:33:00">Oct 13, 2011 4:33 pm Track Changes Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][4][added_on]" value="2011-09-27 16:38:09">Sep 27, 2011 4:38 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][4][modified_on]" value="2011-10-13 16:33:00">Oct 13, 2011 4:33 pm Track Changes
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/D-1-D9-01-RE-A57-000/listing.html)
- Record
- SN02606570-W 20111015/111013234222-4d4302f6bff2b5f2082a5f704273cc23 (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 |