Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2016 FBO #5227
SOLICITATION NOTICE

C -- Value Engineering - RFI

Notice Date
3/14/2016
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA16R0223
 
Point of Contact
Rachel Carria Gaspard,
 
E-Mail Address
gaspardrc@state.gov
(gaspardrc@state.gov)
 
Small Business Set-Aside
N/A
 
Description
Stage 1 - Request for Information This is a request for information (RFI), also referred to as Stage 1, as described in Federal Acquisition Regulations (FAR) Sub-Part 15.201(c)(7). The purpose of the RFI is to obtain market research, pursuant to FAR Part 10, Market Research, and to identify businesses capable of performing the functions described herein. Offerors shall clearly identify their business status (small, large, 8(a), women-owned, etc.) in the first paragraph of their cover letters. Offerors shall be considered large businesses if the business status is not provided. This notice is issued solely for information gathering and planning purposes. It does not constitute a request for proposal, or a commitment on the part of the government to conduct a solicitation, for the services identified below in the future. Offerors are advised that the government will not pay for information submitted in response to this RFI, nor will it compensate offerors for any costs incurred in the development/submission of its qualifications package. The small business size standard North American Industry Classification System code is 541330, $15.0 million average. The procurement may be set-aside, in some capacity, for small businesses. The decision will be based on whether a sufficient number of small business enterprises are determined to be the most highly qualified offerors, at the conclusion of the Stage 1 technical evaluation. The U.S. Department of State (DOS), Office of Logistics Management, on behalf of the Overseas Buildings Operations (OBO), anticipates awarding at least three, but no more than five, indefinite delivery/indefinite quantity contracts to qualified architectural/engineering (A/E) firm-led teams (prime or joint venture) to conduct value engineering (VE) studies on a variety of OBO projects at various worldwide Foreign Service posts, as well as OBO offices in the Washington, DC metropolitan area. A certified value specialist (CVS), as certified by SAVE International, will be required to oversee all value engineering (VE) work. A certified Risk Management Professional (PMI-RMP), will be required to oversee all risk management workshops. Teams procured under the task orders will consist of a multi-disciplined group of licensed architects and engineers, who will work exclusively for the length of the study (generally three to five consecutive work days). The teams shall be composed of members having expertise in the civil, architectural, structural, mechanical, cost estimating, and electrical disciplines and may require specialized expertise in interior design, landscaping, fire, physical security, technical security, telecommunications, geotechnical, Leadership in Energy and Environmental Design (LEED), sustainability, Life-Cycle Cost Analysis (LCCA) and planning expertise. The study group will follow the most current job plan recognized by SAVE International. Team leaders procured under the individual task orders must have an active CVS license certified by SAVE International. Each contract shall consist of a one-year base period with four one-year optional service periods. The Government guarantees a minimum of $75,000 per year in task orders for each contract. The total amount of orders issued under each contract shall not exceed $1,000,000 per year, a contract ceiling of $5,000,000 over the five year period. Individual task orders will be negotiated for each requirement with the average study cost ranging from $75,000 to $125,000. OBO utilizes accredited web-based Extranet systems (ProjNet and ProjNet-C) for the secure exchange of DOS design/construction data. These services will be initiated with all selected contractors with their first task orders. All reports produced must be PDF compatible, while spreadsheets must be MS Excel compatible. A two-stage process shall be used in the award selection, as follows: In Stage 1, prospective offerors will submit portfolios of accomplishment that establish their value engineering capabilities with a certified value specialist and multi-disciplined architect and engineer team members that would be responsible for the direction of task orders under this is value engineering contract. Offerors will be point-scored by a Technical Evaluation Panel (TEP) based on criteria provided in this announcement. Offerors will be ranked and a short-list issued for consideration in Stage 2. For Stage 2, the short-listed offerors will be notified in writing and requested to submit more detailed information including sub-consultants for Stage 2 evaluation. The government will provide detailed evaluation criteria for both the Stage 2 submission and the interview at an appropriate time after the short-listed firms from Stage 1 are announced. STAGE 1 SUBMISSION REQUIREMENTS Offerors that meet the requirements (including Facility Clearance requirements listed in the last section) described in this announcement are invited to submit the required Stage 1 documents below. Offerors shall submit one original signature and two hard copies. The submission shall incorporate tabs to clearly identify the different solicitation requirements. Offerors may find a copy of the SF-330 at the following website: http://www.gsa.gov/portal/forms/type/SF. All Stage 1 submissions must be received by 10:00 a.m., Eastern Daylight Time, on April 19, 2016. Requests for clarification must be received, in writing, by Mrs. Rachel Carria Gaspard, not later than 2:00 p.m., Eastern Daylight Time, on March 22, 2016. The e-mail address to submit clarification questions is gaspardrc@state.gov. Clarifications received after the deadline, and telephone requests for information, shall not be accepted. The mailing address, including hand-delivery and courier service (Federal Express, UPS), is as follows: Mrs. Rachel Carria Gaspard, U.S. Department of State, Office of Logistics Management, 1735 North Lynn Street, Room 425G, Arlington, VA 22209. (1) Cover Letter. Provide a cover letter referencing the Fedbizopps announcement to which the offeror is applying, briefly describing the value engineering team and its location, organizational makeup, and noteworthy accomplishments. (2) Standard Form 330. Complete Standard Form 330 Architect-Engineer Qualifications, Part II. Identify the individual, firm, partnership, corporation, association or other legal entity that will have contractual responsibility for the work. Proposed team information may be documented in this stage using Standard Form 330, Part I, Sections A through H. A maximum of ten (10) example projects can be included within the SF 330. (3) SF 330 Qualifications Statement (Block H). Statement must address the evaluation factors listed in the following section. A separate page insert should be included to provide an organizational chart to address item (g) below. (4) Sample VE Study. In addition to three hard copies (one original and two hard copies), one electronic copy (on a CD) must also be included of a VE study report produced by the firm on an office building/hospital/campus/facility construction project. The electronic copy of the VE study must include the entire VE report submitted and it should be indexed at a minimum to the report sections. The CD should be labeled with the name of the VE contractor and the title of the VE study.   STAGE 1 EVALUATION CRITERIA Offerors are advised that inaccurate or incomplete submissions, or those not meeting the submission requirements, may result in immediate disqualification. Selection will be made using the following evaluation criteria which are listed in descending order of importance: a)Demonstrated recent experience in conducting multi-disciplined VE studies and technical/cost reviews of designs for office building/hospital/campus/facility construction project type projects. (25 points maximum) b)The sample VE study report (for a single project) includes functional analysis, fully developed cost impacts, to include life cycle cost impacts and redesign estimates, and fully developed technical impacts of implementing VE recommendations. (25 points maximum) c)Demonstrated recent experience in designing office buildings/facility projects and professional qualifications of individuals assigned to the team. (15 points maximum) d)Previous experience with international projects. (10 points maximum) e)Demonstrated ability to estimate initial and life cycle costs. (10 points maximum) f)Demonstrate recent experience conducting risk management workshops on vertical construction, such as buildings and facilities. (10 points maximum) g)Organizational capability to assemble multiple (two or three) qualified teams and conduct studies with minimal advance notice (three weeks on average). (5 points)   INFORMATION REGARDING ANTICIPATED AWARDS RESULTING FROM STAGE 2 Since a contract may result in an award over $500,000, large businesses will be required to submit a small business subcontracting plan prior to contract award. Selection shall be in accordance with the Brooks Act, P.L. 92-582 (40 U.S.C. 1101-1104). After the successful offeror(s) has been selected, the resultant contract award will be dependent on the conclusion of successful negotiations. In order to be eligible for award of this contract, the successful offeror(s) must possess, or be eligible to obtain, a Defense Security Service (DSS) Secret Facility Clearance (FCL), with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual, DOD 5220.22-M. Personnel requiring access to classified information or Controlled Access Areas (CAAs) at DOS locations must possess a Secret personnel security clearance issued by the Defense Security Service (DSS). Additionally, the successful offeror selected for contract award must possess, or immediately obtain an Information System (IS) or standalone computer, approved by DSS, for processing classified information. Performance on this contract will require access to the Department's ProjNet-C, for receipt and transmission of all classified information, and a DSS-approved classified IS for processing classified information. Offerors already possessing the necessary FCL should submit their appropriate Commercial and Government Entity (CAGE) Code with their Stage 2 submissions. If an uncleared offeror from the Stage 2 short-list is recommended to the Director for selection, the Department of State will sponsor the uncleared firm for an FCL. Firms which form joint ventures must also comply with the above FCL requirements. Each entity comprising the joint venture must be issued an FCL, as well as the joint venture. Sponsorship does not guarantee that the firm will receive the clearance. Contract award cannot be made until the selected firm has been issued at least an Interim Secret FCL. A period of 90 calendar days, from the date of sponsorship, will be allowed for an uncleared contractor to obtain a Secret FCL. If the firm has not obtained the FCL after 90 days, the Government may terminate negotiations with the offeror and may move to select another short-listed firm for award. Foreign firms are not eligible for FCLs. Only U.S. firms organized and operating in the U.S. or Puerto Rico, or a U.S. possession or trusted territory, are eligible for facility clearances. U.S. firms which are determined to be under Foreign Ownership, Control or Influence (FOCI) are not eligible for an FCL unless actions (as directed and approved by DSS) can be taken to effectively negate or reduce associated FOCI risks to an acceptable level. This process often takes more than the 90 calendar days allotted for clearance. Information on the clearance process can be found on the DSS website, at http://www.dss.mil, under Industrial Security. Certain team subcontractors/consultants may also require FCLs and personnel security clearances. Uncleared team subcontractors/consultants must be sponsored by the short-listed firm, only after that firm receives its own FCL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA16R0223/listing.html)
 
Place of Performance
Address: Arlington, Virginia, United States
 
Record
SN04049366-W 20160316/160314234718-5285c4c56aa1e395003ca362c9172287 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.