Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2022 SAM #7601
SOLICITATION NOTICE

C -- Sprinkler System Improvement

Notice Date
9/20/2022 12:20:08 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACQUISITION & MATERIAL MAN. DIV. Washington DC 20515 USA
 
ZIP Code
20515
 
Solicitation Number
AOCACB22RXXXX
 
Response Due
10/4/2022 1:00:00 PM
 
Point of Contact
Laurie Harvey
 
E-Mail Address
Laurie.Harvey@aoc.gov
(Laurie.Harvey@aoc.gov)
 
Description
Solicitation Number: AOCACB22RXXXX - TBD Notice Type: Pre-solicitation Set Aside: N/A Classification Code: C � Architect and Engineering Services NAICS Code: 541 - Professional, Scientific, and Technical Services/541310 Architectural Services Pre-solicitation/ Synopsis:� This is NOT a Request for Proposal. The Architect of the Capitol (AOC) anticipates issuing a Request for ARCHITECT-ENGINEER QUALIFICATION PACKAGES for professional Architectural/Engineering (A/E) Services for Sprinkler Improvements requirement.��The AOC intends to award one (1) Indefinite Delivery-Indefinite Quantity (IDIQ) contract with a base period of five (5) years from the date of award with a maximum contract amount of $15,000,000.� The contract awarded will have a guaranteed minimum order of $1,000.00 for the total of the 5-year ordering period, which will be satisfied with the award of the first task order.� Each specific IDIQ Task Order shall be separately negotiated based on the A/E effort involved. Description of Services: The Architect of the Capitol intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) procurement vehicle.� The scope of this IDIQ will consist of sprinkler improvements and will consist of the following services: Architectural Design Services Interior Design Services Structural Engineering Services Historic Preservation Services Engineering Services to include: Mechanical Plumbing Electrical Electronic Acoustical, Audio Visual Vertical Transportation Services Roofing and Waterproofing Services Sustainable Design Services Commissioning Services Fire Protection Services Industrial Hygienist and Certified Industrial Hygienist Services Cost Estimating Services The required services will be implemented as a phased approach and provided in individual task orders.�The development of a Program of Requirements and the preparation of construction documents shall be executed through subsequent task orders under this IDIQ.� Although the intent is to have a Construction Administration services task order issued under this IDIQ should there be a slip in schedule, or delay in funding which would push the need for CA services outside of the five (5) year ordering period a sole source contract will be awarded to the A/E Firm that is awarded the IDIQ under the solicitation that will follow this pre-solicitation notice.� Detailed information on required qualifications and past experience will be contained in the solicitation documents.� Place of performance will be primarily offsite, at the A/E offices and a percentage performed on the Capitol Campus, Washington DC, commensurate with the surveying requirements. Selection Process: The AOC is a Legislative Branch agency and as such is NOT subject to the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act.� These A/E Services are being procured in accordance the AOC contracting manual Section 8.5 and consistent with FAR Part 36.600 Architect-Engineer Services. The selection process will be conducted using a two-phase process.� Phase I consists of the initial evaluation of the SF-330�s and subsequent determination of the most highly qualified firms. The most highly qualified firms, not to exceed three (3), will be invited to continue with phase two of the process.� All firms not selected to continue to phase two will be notified at this time. Phase two consists of Interview Presentations for the firms and selection of the top ranked firm to receive the solicitation and conduct negotiations.� The firms selected for Interview Presentations will be notified by email of selection and provided further instructions and the evaluation criteria requirements.� After the Interview Presentations are concluded the firms will be evaluated and the top-ranked firm will be selected, requested to submit a price proposal with subsequent negotiations to follow. Award selection will be made based on the results of the Interview Presentations and successful negotiation of rates for the project, and not the SF-330 qualifications from Phase I.� If negotiations are not successful with the highest rated firm, they will continue with the next highest rated firm, and so on until award can be made. Notice of Request for Qualification Package Posting: The REQUEST FOR STANDARD FORM (SF) 330'S ARCHITECT-ENGINEER QUALIFICATION PACKAGES will be posted on or after 2-weeks from this notice, at the Government Point of Entry (GPE) located at System for Award Management (SAM) database (www.sam.gov). Questions will be addressed only once the solicitation has been posted.�� Contracting Office Address: Ford House Office Building -�Second and D Streets, S.W. -�Washington, District of Columbia 20515 -�United States Primary Point of Contact: Laurie Harvey -�Contracting Officer -�Laurie.harvey@aoc.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c34dd37b77084f84949dec30e10010b0/view)
 
Place of Performance
Address: Washington, DC 20515, USA
Zip Code: 20515
Country: USA
 
Record
SN06471985-F 20220922/220920230120 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.