MODIFICATION
R -- Services to Perform Architectural and Engineering (A&E), and Interior Design Services - Amendment 1 - Revised SOW 7/2/12
- Notice Date
- 7/2/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 12300 Twinbrook Parkway, Rockville, Maryland, 20852-2738, United States
- ZIP Code
- 20852-2738
- Solicitation Number
- NRC-HQ-12-R-10-0097
- Point of Contact
- Valerie M. Whipple, Phone: 301-492-3628
- E-Mail Address
-
valerie.whipple@nrc.gov
(valerie.whipple@nrc.gov)
- Small Business Set-Aside
- Economically Disadvantaged Woman Owned Small Business
- Description
- Revised SOW dated 7/2/12 Amendment No. 1 AMENDMENT NO. ONE DATED JULY 2, 2012 Please see Amendment No. One (attached). As a result of Amendment No. One, the original combined synopsis/solicitation is amended to revise the instructions for addressing the criteria for Professional Qualifications, below. Also, a revised Statement of Work dated July 2, 2012 is attached. Original Combined Synopsis/Solicitation This is a combined synopsis/solicitation. The U.S. Nuclear Regulatory Commission (NRC) has a requirement to acquire Architectural and Engineering (A&E) services to renovate as part of the NRC's overall restoration and refurbishment activities at the NRC headquarters White Flint Complex (WFC) located in Rockville, Maryland. The WFC consists of three buildings located at the following addresses: (1) One White Flint North, 11555 Rockville Pike, Rockville, MD 20850; (2) Two White Flint North, 11545 Rockville Pike, Rockville, MD 20850, and (3) 11601 Landsdown Street, North Bethesda, MD 20850. The Government intends to award a single Indefinite Delivery/Indefinite Quantity (IDIQ) task ordering contract (see attached Statement of Work). This competitive procurement has been set aside for qualified economically disadvantaged, woman-owned small businesses. All other firms are deemed ineligible to submit offers. The designated NAICS Code is 541310, Architectural Services, with a size standard of $7 million. The NRC anticipates contract duration of one base year, plus four one year option periods. Required services will be for architectural and engineering and related services, which will be accomplished through the issuance of individual firm fixed price or labor hour task orders. The total value of all task orders issued against the IDIQ contract shall not exceed $900,000 over all five years. Tasks may include the following major categories: (1) Architectural and engineering services and interior design; (2) Project management; (3) Development of Design Intent Drawings and/or Construction Drawings for various construction projects in the WFC; (4) Production of drawings and other documentation containing sufficient detail of design intent for use to replace existing systems furniture, for use to replace ceiling tile, for use to replace carpet and/or for use to construct drywall-enclosed offices, refinish walls, and replace millwork and cabinetry; (5) Development of furniture, furnishings, and equipment specifications, documented in printed and electronic formats; (6) Preparation of schedules and sequence or phase construction plans to minimize the number of personnel moves required for new space occupation and to minimize the impact on employees; (7) Preparing field surveys, graphical surveys, analysis of existing work-space and planned work-space; preparing engineering studies; and creating reports of recommended actions and/or design packages and cost estimates; (8) Development of cost estimate for selected construction projects, and proposed or potential contract modifications, subsequent comparisons and analyses, and development of future budget requirements; (9) Review of contractor submittals, coordination of value engineering and Leadership in Energy and Environmental Design (LEED) related services; (10) Assistance in the review and management of project and construction schedules utilizing critical path methods with related analyses; and (11) Code conformance reviews, site visits, construction inspections, and other consulting services. There will need to be coordination with the Contracting Officer's Representative (COR) in obtaining plan approval by the customer agency and sub-components. Contractors will be required to adhere to the following NRC clauses: (1) NRCAR 2052.204-70, Security; (2) NRCAR 2052.204-71, Badge Requirements for Unescorted Building Access to NRC Facilities; and (3) Security Requirements for Building Access Approval. Copies of these clauses can be provided upon request. This requirement is being procured in accordance with the Brooks Act (P.L. 92-582) as implemented in FAR Subpart 36.6. Please refer to FAR Subpart 36.602, Selection of Firms for Architectural-engineering Contracts, for evaluation and award procedures to be followed under this solicitation. Services will be provided primarily at the NRC White Flint Complex located in Rockville, MD. The firm and major architectural or engineering consultants must be licensed to practice their respective professions. Per FAR 36.209, the firm or joint venture awarded a contract for these required services will not be eligible to compete for any construction contracts awarded using the documents prepared as a result of this combined solicitation. Therefore, all prospective offerors are cautioned to review the restrictions of FAR Subpart 9.5 (Organizational Conflicts of Interest) and NRCAR 2052.209-72 (Contractor Organizational Conflicts of Interest (JAN 1993) prior to submitting their qualification for consideration. Firms will be evaluated and selection made in accordance with the criteria set-forth in Federal Acquisition Regulation 36.602-1, Selection Criteria. The Solicitation will provide the scope of work and outline the factors for evaluation, which are listed in descending order of importance: 1. Professional qualifications necessary for satisfactory performance of required services. (30 points) 2. Past performance of contractor and proposed subcontractors on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (25 points) 3. Specialized experience and technical competence in the type of work required, including experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. (20 points) 4. Capacity to accomplish the work in the required time. (15 points) 5. Location in the general geographical area of the project and knowledge of the locality of the project (10 points). Instructions for submittals : Responses shall be made by completion and submittal of Standard Form (SF) 330, Architect-Engineer Qualifications, AND supplemental information addressing the five evaluation criteria above. Completion of the SF-330 should be in accordance with the instructions. All information must be current and accurate for the firm or joint venture submitting SF-330's. The SF-330 can be obtained at the following website: http://www.gsa.gov/portal/forms/download/21DBF5BF7E860FC185256E13005C6AA6. Instructions for addressing the criteria above is as follows: Professional Qualifications (30 points) - Professional Qualifications (30 points) - Offerors shall provide resumes for all proposed key personnel specifying the percentage of time committed to other projects over the course of the contract's period of performance. Key Personnel positions shall include Principal Architect, Project Manager, Architect, and Interior Designer. Resumes shall include (1) number of years of experience in all work relevant to this solicitation that provides support for knowledge, skills and experience similar to the requirements outlined in the Statement of Work (Attachment 1 to this combined synopsis/solicitation); (2) formal education and training; (3) work references. (Revised per Amendment No. 1) Past Performance (25 points) - Offerors shall discuss its (and proposed subcontractors') successful past performance on contracts similar in size ($700,000 - $900,000) and scope to this requirement within the past 3 years. The Offeror shall submit at least five (5) references for contracts performed in the past 3 years. Each contract reference shall be limited to one page in length, to include: (a) contract number; (b) contract type; (c) period of performance; (d) dollar amount; (e) name and address of Government Agency/Commercial firm; (f) Contracting Officers name, telephone number and email address; (g) Technical representatives name, telephone number and email address; and (h) brief description of the type of work and how work is similar to NRC's requirements; List any award received, provide letters of commendation, etc., that will demonstrate the offeror's record of past performance. Provide any other pertinent information that will aid in the evaluation of the offeror's performance record. Offerors shall list and discuss all prior contracts terminated for default; or state that they have never had a contract terminated for default. Offerors shall state whether or not any show cause letters, cure notices, or poor performance letters have been received. Specialized experience and technical competence in the type of work required, including experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials (20 points) - Offerors shall describe the breadth and depth of its experience performing projects similar in size and scope to this procurement. The experience may be from Federal Government contracts, State Government contracts, Local Government contracts, commercial contracts or contracts with nonprofit organizations. At a minimum, the offeror shall provide the following: (a) a list of commercial/public contracts that its organization has been awarded within the last three years from date of this synopsis for projects similar in size and scope. The narrative shall indicate (1) who the customers were (organization name, address, technical contact name, technical contract phone number and technical contract email address), as well as, indicate the contract/order number, period of performance, scope of work, total dollar amount of the contract, and contract type; (2) a brief description of the services being provided under the contract referenced and how that experience is relevant to the requirements of this solicitation; and (3) the number of years the firm has been in business and company growth history (personnel and dollars). Capacity to accomplish the work in the required time (15 points) - Offerors shall provide evidence of projects similar in size and scope to this requirement within the past 3 years that were completed on time. Offerors shall provide a discussion for any projects not completed in a timely manner and reasons for delays. Location in general geographical area (10 points) - While the majority of the work will not be performed at the NRC location, it is anticipated that contractor will be required to be on site approximately 10 days out of the month for site inspections, etc. Submittals (SF-330s and supplemental information) are due no later than 2:00 pm EST on July 16, 2012. Each offeror must submit one (1) original SF-330 with supplemental information and five (5) copies to: U.S. Nuclear Regulatory Commission, Division of Contracts, Attn: Valerie Whipple, Mail Stop TWB 01 B10M, Washington, DC 20555. Proposals delivered by hand, including delivery by any express mail services or special delivery services which use a courier or other person to deliver the responses in person to the NRC, should be addressed in accordance with the foregoing and delivered to 11545 Rockville Pike, Rockville, MD 20852. In addition, an electronic copy should be emailed to Valerie.Whipple@NRC.GOV. Once submittals (SF-330s and supplemental information) have been evaluated by the NRC Evaluation Board, a determination will be made as to which offerors will be included in the competitive range. Pursuant to FAR 36.606, negotiations will begin with the most preferred firm, and the firm will be requested to submit a cost proposal based on a solicitation, anticipated to be released on or about July 26, 2012. The point of contact for inquiries and clarifications is Valerie Whipple, Sr. Contract Specialist, Nuclear Regulatory Commission (NRC) at Valerie.Whipple@nrc.gov or (301) 492-3628. The cut off for questions is 2:00 pm EST on June 25, 2012. No collect calls will be accepted. No telephone calls for solicitations will be accepted. The NRC requires the prospective awardee be registered in the Central Contractor Registration (CCR) database prior to award, during performance, and through final payment of the resulting contract in accordance with Federal Acquisition Regulation, 52.204-7, Central Contractor Registration. Processing time, which normally takes 48 hours, should be taken into consideration when registering. Potential Offerors who are not registered should consider applying for registration immediately if interested in responding to this solicitation. Potential Offerors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov. The Government will not reimburse interested parties for any costs associated with responding to this business opportunity. Offerors must prepare their SF330s in accordance with the offeror instructions of this public announcement in order to be considered responsive.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/NRC-HQ-12-R-10-0097/listing.html)
- Record
- SN02791790-W 20120704/120702234743-45714ccb8d1440330e582a6d9ad5cd7f (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 |