Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2017 FBO #5543
SOLICITATION NOTICE

C -- ARCHITECT AND ENGINEERING SERVICES

Notice Date
1/24/2017
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
DJFBI17FDAEP1232
 
Archive Date
7/3/2017
 
Point of Contact
Garland Crosby, Phone: 202-324-9013
 
E-Mail Address
garland.crosby@ic.fbi.gov
(garland.crosby@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
ARCHITECT AND ENGINEERING SERVICES TASK ORDER CONTRACTS - The Federal Bureau of Investigation (FBI) has a requirement for Open End Task Order Contract for Architectural / Engineering and Planning (AEP) Services for sites throughout the United States and other locations world-wide as the need occurs. It is the intention of the FBI to obtain these services from AEP firm(s) at one of their primary office location(s). AEP services can include, but are not limited to the following: Advanced Planning and Engineering Studies; Programming; Existing Conditions Surveys and Analysis; Utilities Surveys and Evaluations; Environmental Impact Assessments; Aesthetic and Technical Studies and Evaluations; Geotechnical Investigations; Conceptual Designs; Design Developments; Cost Estimating; Preparation of complete Construction Contract Documents, including Drawings and Specifications; and Construction Phase Support, including but not limited to: Inspection and Construction Administration, including Change Order Estimating, and/or Construction Management Services. The FBI reserves its right to negotiate with the successful firm(s) for each, any, all, or any portion of the services to be provided, or whatever the FBI deems to be necessary, related to or affected by the construction of new facilities or the renovation of existing FBI facilities. The FBI also reserves the right to obtain services from the selected firm(s) for new or existing facilities for the FBI in Washington, DC; Quantico, VA; or any other part of the United States and its territories; and other locations around the world. The FBI specifically reserves the right to compete for additional AEP services for specific projects, either new facilities, or the renovation of existing facilities, in which the FBI deems to be in its best interest, and at the sole discretion of the FBI. The period of performance for contract(s) awarded as a result of this solicitation shall be from date of award for a one-year period, with four (4) additional one-year options or throughout the life of the Task Orders issued under the resultant contract(s). It is the intent of the FBI to make multiple awards under this announcement. The following profile codes are identified for the benefit of those AEP firm(s) who are interested in responding to this announcement: A12, C13, C15, C18, E09, E13, H04, I05, O01, P06, S09. Responding AEP firms shall provide six (6) copies of standard form (SF) SF-330, which explicitly address the qualifications for the evaluation factors set forth below on or before MARCH 24, 2017. AEP firms with two (2) or more offices shall identify on the SF-330 only the primary office intended to be utilized under the resultant contract(s) and only those Personnel by Discipline that are employed at that location in which the FBI can reasonably expect to execute all proposed tasks/projects issued under such contract(s). Similarly, only previous projects that the responding office has executed, which satisfy the parameters identified within this announcement, shall be identified on the Profile of the Firm's Project Experience, Last Five (5) Years. Responding firm(s) shall explicitly address the following Evaluation Factors within the SF-330: EVALUATION FACTORS - In descending order of importance: 1) PROFESSIONAL QUALIFICATIONS- Previous design and construction/renovation efforts of small and medium office and technical facilities in the range of approximately 15,000 sq. ft. to 250,000 sq. ft., which may include programming, space planning, advanced computer facilities, educational and training facilities, city facilities, building automation systems; emergency power generation systems; building envelope restoration, maintenance and repairs, cold weather considerations for structures, substantial renovation experience, experience in office relocation and working with developers e.g. commercial lessors; knowledge of General Services Administration requirements for life safety and fire protection. 2) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE -Current work and extent of involvement in work performed for GSA or other similar governmental entities, especially those projects which demonstrate knowledge of current and advanced computer systems design, building automation systems, fire protection, and life safety. 3) PERSONNEL STAFF - Provide personal resume and education for each Key proposed member who will be assigned to the contract effort that have experience on projects of similar size and scope. In addition, provide level of professional and technical experience for each Key person. The resume=s should not be limited to key management personnel but also include as key; lead personnel and senior architects and engineers in their respective disciplines. 4) PERFORMANCE CAPABILITY -Capacity/Ability to accomplish the requested task(s) in the required time. 5) AEP EXPERIENCE -Past performance on contracts of similar size and scope in terms of cost control, quality of work, and meeting performance schedules. In addition to the above, AEP's shall provide an explanation of the methods it employs to ensure positive action in terms of cost control, quality of work, meeting schedules and the clients requirements. AEP's shall also provide a list of comparable projects explaining specific responsibilities for the noted project and include contact person(s) and telephone number. 6) RECOVERED MATERIALS -Firms shall provide information demonstrating their capability in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Firms shall identify any LEED projects which have received Platinum or Gold recognition. 7) SECURITY REQUIREMENTS -All personnel scheduled to work on this project shall be U.S. citizens and shall be required to undergo a thorough security background investigation. 8) GEOGRAPHIC LOCATION: The geographic location of the firms may be a consideration. The intended schedule of actions for this requirement is as follows: • ALL QUESTIONS are to be submitted to the Contracting Officer via E-mail Garland.Crosby@ic.fbi.gov by 11:59PM EST on FEBRUARY 10, 2017. Please use to subject line "QUESTION FOR FBI SOLICITATION DJFBI-17-FD-AEP1232". • An AMENDMENT to this solicitation will be released on the FedBizOpps website on approximately FEBRUARY 24, 2017. • Submissions of SF-330's will be no later than MARCH 24, 2017. AEP firms who believe they meet the requirements listed in this announcement are invited to submit six (6) COPIES of the completed form SF-330, and other information as required by this notice. All communication must be in writing and shall reference solicitation number "DJFBI-17-FD-AEP1232". Written communications and submissions shall be sent to the FBI, 2400 Schuster Drive, Cheverly, Maryland, 20781 Attention: Garland Crosby Jr., Room 6329. Due to heightened security and scrutiny of mail entering Government buildings, offerors are encouraged to use an express mail courier to reduce possible delays in the delivery of submissions. NO HAND DELIVERIES WILL BE ACCEPTED BY THE FBI. Submissions must identify the name, address, telephone number and point of contact name. PLEASE NOTE - THIS IS NOT A REQUEST FOR PROPOSAL and no other general notification for this requirement will be made. The FBI Point of Contact is: Garland L. Crosby Jr., Contracting Officer, telephone number (202) 324-9013, Garland.crosby@ic.fbi.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/DJFBI17FDAEP1232/listing.html)
 
Place of Performance
Address: Multiple locations - Primarily in Washington, DC; Quantico, VA; and Huntsville, AL. However, the FBI may periodically require services anywhere in the CONUS, and in rare circumstances at an OCONUS location., Washington, District of Columbia, 20535, United States
Zip Code: 20535
 
Record
SN04379229-W 20170126/170124234520-7c44e7dd104f80722666f14ce2c467ff (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.