MODIFICATION
C -- Architectural & Engineering Support Services - Amendment 1
- Notice Date
- 9/18/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Court Services and Offender Supervision Agency, Office of the Director, Procurement Management Staff, 633 Indiana Avenue, NW, Suite 880, Washington, District of Columbia, 20004-2902
- ZIP Code
- 20004-2902
- Solicitation Number
- CSOSA-15-R-0193
- Archive Date
- 10/6/2015
- Point of Contact
- Lawrence B. Toperoff, Phone: 202-220-5710, Susan Papa-Provost, Phone: 202-220-5747
- E-Mail Address
-
lawrence.toperoff@csosa.gov, susan.papa-provost@csosa.gov
(lawrence.toperoff@csosa.gov, susan.papa-provost@csosa.gov)
- Small Business Set-Aside
- N/A
- Description
- Amendment 001 to CSOSA-15-R-0193 to provide responses to vendor questions. Amendment 001 is being issued to respond to vendor questions. The date and time of closing is not extended. 1. General: The Court Services and Offender Supervision Agency (CSOSA) hereby solicit for General Architect-Engineer (A-E) Service Indefinite Delivery Indefinite Quantity (IDIQ) contracts, procured in accordance with Public Law (PL) 92-582 (the Brooks Act) and Federal Acquisition Regulation Part 36. Firms will be selected for negotiation of fair and reasonable prices based on demonstrated competence and qualifications for the required work. This contract will result in multiple, Indefinite Delivery Indefinite Quantity (IDIQ) contracts anticipated to be awarded on or about September 30, 2015. Indefinite Delivery Indefinite Quantity contracts will be awarded with a contract period not to exceed five years. This will consist of a base contract lasting one year, and four 1-year options. The ceiling amount of work for each contract shall not exceed $5,000,000 with a maximum limit per task order of $500,000. The Government estimates, but does not guarantee, that the volume of purchases through the IDIQ contracts will be $250,000 per year or more. The minimum guarantee for this contract is $1,000 for the base year. Work will be issued by negotiated firm-fixed-price task orders not to exceed these maximum limits. This announcement is open to all businesses regardless of size. Large businesses selected for this contract must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. 2. Scope of Work 2.1 Background: Court Services and Offender Supervision Agency (CSOSA) for the District of Columbia is an independent executive branch federal agency established pursuant to the National Capital Revitalization and Self-Government Improvement Act of 1997 (Pub. L 105-33, title XI, Aug 5, 1997, 111 Stat. 712). CSOSA assumed cognizance related to pretrial services, parole, probation and other supervised release functions in, and on behalf of, the District of Columbia. Its mission is to improve public safety, prevent crime, reduce recidivism, and support the fair administration of justice in close collaboration with the community, local and federal authorities. In executing this mission, CSOSA operates from leased spaces at 12 field site locations throughout the Washington DC area. 2.2 Project Information: Provide multi-discipline Architect-Engineer (A-E) design services under an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for the Court Services and Offender Supervision Agency (CSOSA) Office of Facilities to include, but not limited to, design, abbreviated design, space planning, and construction support services. Under the intended IDIQ contract, the A-E firms shall support CSOSA with preparing plans, specifications, design analysis, construction estimates, categorical exclusions, indoor air quality surveys, space measurements, and various studies (for example, Space Analysis and Requirements Studies and Project Development Studies) of current and planned leased office facilities. Architectural and Engineering Services are defined as professional service of an architectural and engineering nature required to be performed or approved by a person licensed, registered, or certified to provide these services. Architectural and engineering services include services associated with research, planning, development, design, construction, alteration or repair of real property, and other professional services. Architectural and Engineering services also include incidental services, which members of the architectural and engineering professions may logically or justifiably perform, including studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive interior design packages that meet the standards of all applicable codes and regulations within the District of Columbia; as well as established design prototypes for the agency. Services may be required for primary disciplines, which include but are not limited to architectural, electrical, mechanical, landscaping, civil, structural, environmental, and interior design. Specific requirements may include geotechnical, soils, life health safety consultation, American with Disabilities Act (ADA) handicap upgrades, historic preservation, sustainable design, Leadership in Energy & Environmental Design (LEED) certification, economic/lifecycle design, and renovation and modernization. A visual inspection of the site, utility, infrastructure or facility for familiarization with scope, general conditions, and coordination with using activities may also be required. The A-E firm must be capable of timely response(s) to and working on multiple task orders concurrently involving multiple architectural/engineering disciplines. Interested firms must be capable of demonstrating they have the capabilities to include adequate staff size to support the tasks as identified. Computer-Aided Design and Drafting (CADD) Compliance: The selected firm must be able to produce engineering drawings on a computer aided design and drafting (CADD) system and provide those drawings to CSOSA in electronic format. All new drawings shall be created in accordance with the current Architectural/Engineering/Construction (A/E/C) Computer-Aided Design and Drafting (CADD) Standards, ERDC/ITL TR-12-1, CAD Drafting Standard, and Engineering and Construction Bulletin (ECB) No. 2012-22 or later. CADD submittals will be required in Auto CAD release 2014 or 2015 and the AEC CADD Standard (.dwg format files) along with Civil 3D program from Autodesk (.dwg). Ability to prepare complete detailed drawings and specifications shall be required. 3. Selection Criteria and Submission Requirements: 3.1 Selection Criteria: To be considered for award, the principal firm must submit a completed Standard Form 330 (SF330) (rev 3/2013), Part I & II, summarizing their qualifications, experience and capabilities, which will be evaluated by a government technical panel. The selection criteria are all weighted equally. Selection criteria for this particular project are: a. Professional qualifications of firm's staff and consultants to be assigned to this project, which are necessary for satisfactory performance of required services; b. Specialized experience and technical competence in the type of work required; c. Capacity of the firm to accomplish the work required on a task order basis; d. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; e. Location in the general geographical area of the CSOSA and knowledge of the District of Columbia permits and licensing requirements. These codes and regulations include but are not limited to: International Building Codes (IBC), American Society of Heating, Refrigeration, and Air-Conditioning Engineers (ASHRAE), Americans with Disabilities Act (ADA), National Fire Protection Association (NFPA), industry standards, etc. The firm will describe how they will structure a team, the approach to manage and accomplish the work, and list professional experience of team members. 3.2 Submission Requirements: This acquisition is for A-E services, and is procured in accordance with the Brooks Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submit three (3) hard copies and one (1) electronic copy (as necessary for submission based upon electronic file size) by email to Lawrence.toperoff@csosa.gov (an email file size may not exceed 7MB to be accepted by the agency information technology computer system) on Standard Form (SF) 330 Parts I and II, Architect-Engineer Qualifications. Parts I and II for the prime and all consultants. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size, specialized technical expertise or other requirements listed. Interested firms must submit a SF330 (Architect-Engineer Qualifications package) not later than the date and time listed for this solicitation. SF 330's received after this date and time will not be considered. SF330's shall be sent to: Court Services and Offender Supervision Agency, 633 Indiana Avenue, NW, Suite 880, Washington, DC 20014, Attn: Lawrence B. Toperoff. If hand carried, please allow sufficient time to clear building security screening which is similar to airport screening where all packages go through an x-ray device and personnel walk through a magnetometer. Facsimile transmissions will not be accepted. Personal visits to discuss this project will not be scheduled. This is not a request for proposal. Firms are directed to keep the total page count of FS 330 Part I to no more than 70 pages of text/figures/tables, numbered consecutively from 1 to 70 (one face equals one page). Any additional pages and/or other documents submitted will be destroyed without consideration. The cover, cover letter, title page and tabs for SF 330 Part I are excluded from the page count. The SF 330 Part I and II shall be bound in a 3 ring binder. Submittals shall be prepared using standard English and must be written in a concise, yet clear and informative style. Submittals shall use a minimum of 11 point Arial style font in preparing narrative elements and tables. Submittals shall be single spaced and secured in a 3-ring binder. Submissions may include color. Page sizes to be used include 8.5" x 11" and 11" x 17" (count as 2 pages). Each page face will count as one page. All firms interested in this announcement must be registered with the System for Award Management (SAM) in order to receive a contract award. Register for SAM at: http://www.sam.gov. Failure to register may render the firm ineligible for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/CSOSA/OD/WashingtonDC/CSOSA-15-R-0193/listing.html)
- Place of Performance
- Address: 633 Indiana Avenue, NW, Washington, District of Columbia, 20004, United States
- Zip Code: 20004
- Zip Code: 20004
- Record
- SN03893879-W 20150920/150918235736-50962c82219559a70df68aada45afb10 (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 |