Architect Tenders
Architect Tenders
PUBLIC BUILDINGS SERVICE USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Notice Of Intent To Sole Source—ae Management And Inspection (m&i) Services For The 3rd & 4th Floor Laboratories
this Notice Is Being Published In Accordance With Federal Acquisition Regulation (far) Subpart 5.101 Requiring The Dissemination Of Information On Proposed Contract Actions. This Is A Notice Of Intent To Award A Sole-source Contract. The Statutory Authority For This Sole-source Procurement Is Far 6.302-1, “only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements.”
the General Services Administration (gsa) Intends To Award A Firm Fixed Price (ffp) Sole-source Contract To N.k. Bhandari, Architecture & Engineering, P.c., 1020 7th North Street Suite 130, Liverpool, Ny 13088-6192, Wudxf35lumn6 For Ae M&i Services For The 3rd & 4th Floor Laboratories Renovation, Harvey W. Wiley Federal Building, College Park, Md 20740.
the North American Industry Classification System (naics) Code For This Requirement Is 541330, Engineering Services And A Size Standard Of $25.5 Million. The Object Of This Sole Source Award Is To Have Architect/engineer Management And Inspection Services To Support The Forthcoming Procurement And Resulting Construction Contract For The Renovations Of The 3rd & 4th Floor Laboratories At The Harvey W. Wiley Federal Building. Services Shall Include Contract Administration And Some Quality Assurance Inspection. Nkb Was Chosen Because They Are The Original Creator Of The Design Plans, Design Narrative, And Would Have The Most Insight Regarding Rfis, Questions, Concerns, Recommendations Or Substitutions From The General Contractor. The Construction Project Has An Estimated Contract Award Of April 2025.
a/e Objectives:
the A/e Shall Support The Gsa Project Manager By Providing Recommendations To Ensure The Project Goals And Objectives In The Dbb Contractor’s Sow Are Met. The A/e Will Not Be Tasked With Making Any Final Decisions Or Reviews/approvals On Behalf Of The Federal Government. Decisions During Construction Will Be Based On Meeting Or Exceeding The Following Project Objectives. To Be Considered Successful, The Work Must Achieve The Following Objectives:
adhere To The Objectives In The Construction Services Scope Of Work With Gsa
establish And Maintain Positive Relations With The Tenant(s) Agency Personnel, Public Authorities, Jurisdictions And Neighborhood
ensure A Safe Work Environment During Construction For Workers And Authorized Visitors On The Construction Site
manage The Completion Of The Project With The Spirit Of Partnering And Without Litigation
provide Timely Reports And Communications At All Levels To All Stakeholders
provide Viable Cost Saving Or Cost Reduction Alternatives When Possible
ensure That All Sensitive Documents Are Handled, Distributed, Archived And Destroyed According To Established Project Procedures
verify That The Design And Construction Adheres To All Design And Construction Codes And Quality Requirements
ensure The Construction Schedule Meets Established Contract Dates
follow All Security Requirements In The Delivery Of This Project
ensure All Work Complies With Industry Quality Standards
ensure That The Construction Adheres To The Construction Documents And Specifications Developed In The Design Phase Of The Contract
this Notice Is Not A Request For Competitive Proposals Nor A Solicitation Of Offers. All Interested And Responsible Sources May Submit A Capability Statement If They Believe They Can Meet The Above Requirement, Which Shall Be Considered By The Agency. Capability Statements Must Be Received By The Response Date And Time Of This Notice. Written Responses Must Include Sufficient Information To Establish Capability To Fulfill The Requirement. Submissions Will Be Reviewed To Determine If They Can Meet The Requirement. A Determination By The Government To Compete This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. No Formal Solicitation Package Is Available. The Government Will Not Be Responsible For Any Costs Of Preparation In Response To This Announcement.
responses Shall Be Submitted Via Email By 01/02/2025 At 2:00 Pm To Contract Specialist, Lashawn Lee At Lashawn.lee@gsa.gov And Contracting Officer, Tracy Parker At Tracy.parker@gsa.gov.
Closing Date2 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Details: This Announcement Is Not A Request For Proposal; No Solicitation Package Will Be Issued Until After An Evaluation Has Been Made On The Provided Sf-330s. There Will Be No Site Visits Arranged During This Phase Of The Requirement.
this Is A Special Notice/request For Sf-330s For The Establishment Of An Architect-engineering (a/e) Contract With Services To Be Performed In The Hampton Roads Area In Hampton, Va. This Requirement Is Being Executed Under A 100% Set-aside To Service-disabled Veteran Owned Small Business (sdvosb) Firms Under Vaar 852.219-73. Interested Firms Must Be Registered In The Small Business Administration S (sba) Veteran Small Business Certification (vetcert) Database To Be Considered.
the Sba Vetcert Is Located Here: Https://veterans.certify.sba.gov/#home
blank Sf-330s Can Be Downloaded Through The Gsa Forms Library At: Https://www.gsa.gov/forms
interested Firms Should Submit Their Current Sf-330, Parts I And Ii, To Contract Specialist, Donteana Gibbs Via Email At, Donteana.gibbs@va.gov And Contracting Officer, Guy K. Brooks Via Email At, Guy.brooks@va.gov. The Sf-330s Are Due No Later Than 3:00pm Edt, Thursday, January 9, 2025.
scope Of Work
this Project Requires The Services Of An Architectural-engineering (a/e) Firm With Experience In Historical Preservation. The A/e Must Possess Expertise In Both Architectural And Electrical Engineering, Particularly In Designing Campus Historical Preservation. All Designs Must Comply With Va Guidelines And Specifications. The Scope Of This Project Includes Requires The A/e To Renovate 51,808sf Of Space In Building 27 As Well As The Building Exterior In Accordance With Historical Preservation Guidelines. Work Includes Architectural, Mechanical, Structural, Plumbing, Electrical, Along With Historical Preservation Requirements. The Design Shall Include The Phasing Of Work To Minimize Impact On The Medical Center.
intent
the A/e Shall Provide Design And Construction Period Services For Non-recurring Maintenance (nrm) Construction Project 590-25-200 Campus Historical Preservation Building 27. The Intent Of The Historical Preservation Work Is To Ensure The Careful Restoration And Maintenance Of A Building S Architectural Integrity While Integrating Essential Engineering Systems Such As Mechanical, Electrical, Structural, Telecommunication, Fire Protection, And Plumbing.
requirements
the Requirements Of This A/e Project Will Include, But Are Not Limited To Site Investigation, Creating Documents, Drawings, And Specifications, And Final Inspection Of Construction. Please Carefully Read Attachment A Scope Of Work (sow) For The Full Details Of This Project.
evaluation Of Offerors
a/e Firms Will Be Selected Based Upon The Criteria Detailed In Attachment B Selection Criteria. Please Read The Selection Criteria Carefully And Provide Documented Experience And Skills That Addresses All Factors And Subfactors.
selection Process
the Agency Has Convened An Evaluation Board For The Evaluation Of Responses To This Notice. Responses Will Be Evaluated In Accordance With The Selection Of Architects And Engineers Statute (public Law 92-582), Formerly Known As The Brooks Act, And Implemented In Federal Acquisition Regulation (far) 36.6. Specifically, Sf 330 Submissions Will Be Evaluated To Identify The Most Highly Qualified Firms, Using The Selection Criteria In Attachment B. Discussions Will Be Held With The Three (3) Highest Rated Firms. Interviews May Be Conducted. The Processes At Far 36.602-4 And Far 36.606 Will Then Be Followed.
selection Interview
interviews Shall Be Scheduled With Firms Slated As The Most Highly Qualified. Firms Slated For Interviews Will Be Asked A Series Of Established Questions. Elaborate Presentations Are Not Desired.
general Information
all Design And Work Will Conform To The Current Edition Of The Va Master Specifications And Va Design Standards (published At Www.cfm.va.gov/til) As Well As All Asme, Osha, Ibc 2009, Nfpa And Nec Building Codes And Standards. All Work Shall Be Coordinated Through The Contracting Officer S Representative (cor). The A/e Firm Will Prepare Drawings And Specifications In Enough Detail Such That Qualified Outside General Contracting Companies Can Prepare Accurate And Timely Proposals For The Desired Construction Work. Microsoft Project Scheduling And Management Software Will Be Used By Both The A/e And Contractors To Allow For Regular Tracking Of Schedules And Work By The Va Medical Center. Schedules With Ms Project Will Be Regularly Sent To The Cor Upon Project Initiation And Whenever Significant Changes Occur In The Schedule.
in Accordance With Vaar 836.204(h)(1), The Estimated Magnitude Of Construction Is Between $10,000,000 And $20,000,000. The A/e Will Provide An Initial Estimate Of Cost To Perform The Above Work And Will Design Only Those Items That Can Be Provided Within The Cost Limitation. The Estimated Cost Of Construction (ecc) Shall Only Be Provided To The Contractor In Which A Formal Proposal Is Sought For The Purposes Of Providing A Proposal. The A/e Will Provide Documents At Each Submission As Indicated In The Statement Of Work.
the Naics Code For This Procurement Is 541330 - Engineering Services. The Current Small Business Size Standard For 541330 Is $25.5 Million.
design Costs
all Offerors Are Advised That In Accordance With Vaar 836.606-71 The Total Cost Of The Architect Or Engineer Services Contracted For The Production And Delivery Of Designs, Plans, And Specifications Shall Not Exceed Six Percent (6%) Of The Estimated Cost Of The Construction Project Plus Any Fees For Related Services And Activities. Additionally, Far 52.236-22 Design Within Funding Limitations, Will Be Applicable To This Procurement Action. Design Limitation Costs Will Be Provided To The Most Highly Rated A/e Firm(s) Selected In Accordance With The Outlined Process.
limitations On Subcontracting
iaw Vaar 852.219-73, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside And 13 Cfr 125.6, A Service-disabled Veteran-owned Small Business Concern (sdvosb) Agrees That, In The Performance Of The Contract, It Will Not Pay More Than 50% Of The Amount Paid By The Government To Firms That Are Not Similarly Situated. Firms That Are Similarly Situated Are Those That Are Also Sba-registered Sdvosbs.
requirements For Electronic Submission
all Responses To This Special Notice Must Be Submitted Electronically As Described Below. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award For The Contract Due To Non-compliance With The Terms Of The Solicitation. You Must Submit Your Electronic Offer, And Any Supplemental Information (such As Spreadsheets, Backup Data, Technical Information), Using Any Of The Electronic Formats And Media Described Below.
in Addition, Contractors Are Notified Of The Award Via An Electronic Notice Of Award E-mail. The Award Document Will Be Attached To The Notice Of Award E-mail.
acceptable Electronic Formats (software) For Submission Of Offers
files Readable Using The Current Microsoft Office Version Products: Word, Excel, Powerpoint, Or Access. Spreadsheet Documents Must Be Sent In A Format That Includes All Formulas, Macro, And Format Information. Print Or Scan Images Of Spreadsheets Are Not Acceptable. Please See Security Note Below For Caution Regarding Use Of Macros. When Submitting Construction Drawings Contractors Are Required To Submit One Set In Autocad And One Set In Adobe Pdf. (purpose: Contracting Can Open The Pdf Version And Engineering Can Open Autocad Files)
files In Adobe Pdf (portable Document Format) Files: When Scanning Documents Scanner Resolution Should Be Set To 200 Dots Per Inch, Or Greater.
another Electronic Format. If You Wish To Submit An Offer Using Another Format Than Those Described In These Instructions, E-mail The Contracting Officer/specialist Who Issued The Solicitation. Please Submit Your Request At Least Five (5) Calendar Days Before The Scheduled Closing Date Of The Solicitation. Request A Decision As To The Format Acceptability And Make Sure You Receive Approval Of The Alternate Format Before Using It To Send Your Offer.
please Note That We Can No Longer Accept .zip Files Due To Increasing Security Concerns.
e-mail Submission Procedures
for Simplicity In This Guidance, All Submissions In Response To A Solicitation Will Be Referred To As Offers.
subject Line: Include The Solicitation Number, Name Of Company, And Closing Date Of Solicitation.
size: Maximum Size Of The E-mail Message Shall Not Exceed Ten (10) Megabytes. The Sf330, In Its Entirety, Shall Not Exceed One Email Of 5mb. The Sf330 (not Including Past Performance Questionnaires) Are Limited To 45 Pages. If The Page Limits Are Exceeded, The Pages In Excess Of The Limit Will Not Be Read Nor Considered. Only One Email Is Permitted Unless Otherwise Stated In This Paragraph Or In Writing By The Contract Officer Submitting The Solicitation. Due To Va It Security Protocols, Email Submissions Are Limited To 10mb Per Email. Furthermore, It Is The Sole Responsibility Of The Prospective Firms To Confirm Receipt Of Their Submission In Its Entirety Prior To The Closing Date & Time Of Their Submission In Response To This Synopsis.
the Microsoft Outlook © Email Time/date Stamp Will Be Used To Date And Time Stamp Offers For The Official Record Of Receipt For The Submission. The Date And Time Stamp In Recipient S Inbox Is The Official Record Of Receipt.
security Issues, Late Bids, & Unreadable Offers
late Submission Of Offers Is Outlined At Far Parts 52.212-1(f), 52.214-7, And 52.215-1(c)(3). Attention Is Warranted To The Portion Of The Provision That Relates To The Timing Of Submission.
please See Far 15.207(c) For A Description Of The Steps The Government Shall Take With Regard To Unreadable Offers.
to Avoid Rejection Of An Offer, Vendors Must Make Every Effort To Ensure Their Electronic Submission Is Virus-free. Submissions Or Portions Thereof Submitted And Which The Automatic System Detects The Presence Of A Virus, Or Which Are Otherwise Unreadable, Will Be Treated As Unreadable Pursuant To Far Part 15.207(c).
the Virus Scanning Software Used By Our E-mail Systems Cannot Always Distinguish A Macro From A Virus. Therefore, Sending A Macro Embedded In An E-mail Message Or An E-mail Attachment May Cause The E-mail Offer To Be Quarantined. You May Send Both The Spreadsheet And The Spreadsheet Saved In Pdf Format To Ensure That Your Proposal Is Readable.
password Protecting Your Submission Is Not Permitted. The Contracting Officer Will File The Offer Electronically Which Will Allow Access Only By Designated Individuals.
important Notice
apparent Successful Offerors Must Apply For And Receive Verification From The Small Business Administration (sba) In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership, And Control Enough To Establish Appropriate Status, Offerors Must Be Both Visible And Verified By The Small Business Administration (sba) At The Time Of Submission Of Offers And At The Time Of Award. Failure To Be Both Verified By Sba And Visible On Vetcert At The Time Of Submission Of Offers And At The Time Of Award Will Result In The Offeror S Proposal Being Deemed Non-compliant. All Offerors Are Urged To Contact The Sba And Submit The Required Documents To Obtain Sba Verification Of Their Sdvosb Status If They Have Not Already Done So.
attachments
Closing Date9 Jan 2025
Tender AmountRefer Documents
Government Of New Brunswick Tender
Civil And Construction...+1Building Construction
Canada
Details: Division02-existing Conditions Division03-concrete Division04-masonry Division05-metals Division06-wood, Plastics, And Composites Division07-thermal And Moisture Protection Division08-openings Division09-finishes Division21-fire Suppression Division22-plumbing Division23-heating, Ventilating, And Air Conditioning Division25-integrated Automation Division26-electrical Division27-communication ***documents Are Available Through The Construction Association*** B, C & D Building Accessibility Upgrades Nbcc Moncton Campus Moncton, Nb 153-nbc Bw4c19 The Pre-site Visit Date Has Been Changed To January 15, 2025 At 1:00 Pm. No Addenda Will Be Issued. Address All Inquiries To Architects Four Limited 18 Botsford Street, Suite 100 Moncton, Nb E1c 4w7 Attention Architecture Andre Boudreau 506-857-8601 Andre@architects4.ca Site Visit Date & Time January 16, 2025 At 11:00 Am Contact Kyler Doucet 506-863-9721 Kyler.doucet@nbcc.ca This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Effective December 1, 2022, The Crown Construction Contracts Act And Regulations Are Repealed. This Procurement Is Subject To The Procurement Act And Construction Services Regulation. All Bid Submissions Must Be Accompanied By A Security Deposit In The Amount Of Ten Percent (10%) Of The Total Bid Price. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents. The Province Of New Brunswick Reserves The Right To Waive Minor Non-compliance Where Such Non-compliance Is Not Of A Material Nature In Its Sole And Absolute Discretion, Or To Accept Or Reject In Whole Or In Part Any Or All Bids, With Or Without Giving Notice. Such Minor Non-compliance Will Be Deemed Substantial Compliance And Capable Of Acceptance. The Province Will Be The Sole Judge Of Whether A Bid Is Accepted Or Rejected. This Procurement Is Subject To The Canadian Free Trade Agreement. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents.
Closing Date24 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: This Notice Is Being Published In Accordance With Federal Acquisition Regulation (far) Requiring The Dissemination Of Information On Proposed Contract Actions. This Is A Notice Of Intent To Award Modifications Against The Existing Task Orders Under The Army Reserve A/e Indefinite Delivery/indefinite Quantity (idiq) Multiple Award Task Order Contracts (matoc). The Statutory Authority For This Sole-source Procurement Is Far 6.302-1, "only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements."
project Description: This Is An Indefinite Delivery/indefinite Quantity (idiq) Contract For Architect/engineer Services For Army Reserve Projects Nationwide (including Puerto Rico, Guam, And American Samoa). Projects May Consist Of A/e Services For Horizontal And Vertical Army Reserve Projects. A/e Services May Consist Of Complete Designs; Concept Level Designs; Development Of Design/build Or Design/bid/build Requests For Proposal; Bim Data Development; Site Investigation Of Existing Conditions; Engineering Services During Construction; Design Of Demolition/deconstruction; Hazardous Materials Survey, Analysis, And Abatement Methodology; Sustainable Design; Value Engineering, Construction Cost Estimates And Schedules; And Technical Studies/analysis In Support Of Design For New Construction And Renovation Projects At Various Locations; And Comprehensive Planning That Is Related To Future Construction Requirements On Military Installations Or On Privately Held Property To Be Leased Or Purchased By The Government For The Purposes Of Construction Of Facilities To Support The Mission Of The Army Reserve. Comprehensive Interior Design Services Including Furniture, Fixtures, & Equipment Planning May Also Be Required. This Contract Is Intended To Carry Out The Design Requirements Of The Army Reserve (arimd) Construction Program According To The Army Reserve Design Guide (http://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc/ufc-4-171-05-2005-c3).
project Task Orders Under This Idiq May Include Design Of New Construction, Partial Renovation Or Full Renovation Of Some Or All Of The Following Types Of Building Structures: Training Centers (which Include Administration, Education, Assembly, Storage, Special Training And Other Support Spaces); Vehicle Maintenance Shops (which Include Work Bays, Administration, Special Training, Storage And Support Spaces); Stand-alone Buildings (which Include Administration Facilities, Unheated Storage, And Direct Support/general Support Warehouses); And Other Facilities Unique To The Army Reserve And Military Installations. Associated Services May Consist Of The Following Activities: Preparation Of Construction Solicitations For Design-bid-build (complete Design) Projects And Design Build Rfp’s (request For Proposal); Concept Level Designs And Engineering Feasibility Studies; Military Master Planning; Site Investigation/assessment Of Existing Conditions; Value Engineering Services; Engineering Services During Construction (shop Drawing Review, Site Inspection, Etc); Design Of Demolition Or Deconstruction; Hazardous Materials Survey, Analysis, And Abatement Methodology; Leed Certification, Sustainable Design; Construction Cost Estimates And Schedules; Technical Studies/analysis In Support Of Design For New Construction And Renovation; Comprehensive Planning That Is Related To Future Construction Requirements On Military Installations; Coordination And Attainment Of Local, State And Federal Permits; Support And Coordination In The Development Of Utility Agreements; And Utility Investigations.
this Notice Of Intent Is Not Considered A Request For Quotations Or Competitive Proposals. This Is A Written Notice To Inform The Public Of The Government’s Intent To Proceed With Awarding Modifications Against The Existing Task Orders Under The Army Reserve A/e Idiq Matoc. Interested Concerns Must Show Clear And Convincing Evidence That Competition Of This Requirement Would Be Advantageous To The Government. A Determination By The Government Not To Compete This Proposed Action Based On Responses To This Notice Is Solely Within The Discretion Of The Government. The Approved Justification And Approval (j&a) For This Procurement Will Be Posted Following The Closure Of This Notice.
responses Should Be Emailed To The Government Point Of Contact For This Acquisition At Alex.j.hamilton@usace.army.mil No Later Than 06 January At 2:00 Pm Eastern Time (et).
responses Should Include:
1) Company Name, Address, Unique Identifier Number, And Point Of Contact Name Of Email Address.
2) Identify Business Size (i.e. Small Business, Other Than Small Business, Etc.) In Accordance With The Size Standard For Naics Code 541330.
3) Detailed Information That Will Demonstrate That Your Business Has The Capability To Provide Above Services.
Closing Date6 Jan 2025
Tender AmountRefer Documents
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Amendment 0001 - The Due Date For Qualifications Has Been Extended To Monday, January 13, 2025, 2:00pm Est. Government Responses To Rfi's Have Been Attached To This Notice.
description:
this Is A Request For Qualifications For Architect And Engineering (a&e) Services. This Request Is 100% Set-aside For Small Business’s Registered Under The Applicable Naics Code 541330 – Engineering Services, With A Size Standard Of $25,500,000.
the National Institute Of Standards And Technology (nist), An Agency Of The U.s., Department Of Commerce, Intends To Award Multiple Indefinite Delivery Indefinite Quantity (idiq) Contract(s) For General Architectural And Engineering (a/e) Services For The Nist Gaithersburg Campus Located At 100 Bureau Drive, Gaithersburg, Md 20899. A/e Services Under The Contract May Include The Following:
evaluation And Feasibility Studies To Include Engineering Modeling And Simulation
demolition Of Nist Structures, Utilities, And Infrastructure
repair And/or Repair By Replacement, Modification/reconfiguration, Building Additions, And Upgrades To Nist Facilities (e.g., Laboratories/scientific Research, Office, Industrial). Including But Not Limited To Architectural, Mechanical, Electrical, Communications, Structural, Fire Protection, And Building Enclosure (e.g., Roofs, Windows, Foundations).
repair And/or Repair By Replacement, Modification/reconfiguration For Campus Utility Systems And Supporting Underground Structures
comprehensive Historical Assessments For The Preservation, Rehabilitation, And Restoration Of Historic Property
interior Design Services Consisting Of Programming And Space Assessment, Fit Plans, And Office Furniture To Enhance Aesthetics, Comfort, Efficiency, And Workplace Safety.
cost Estimating For Different Levels (e.g., Concept, Detailed Program, Project)
life Cycle Cost Analysis Identifying Cost Elements From Initial Concept Through Operations, Support, And Disposal.
hazardous Material Survey And Risk Assessment (e.g., Asbestos, Mold, Lead Paint)
roofing And Waterproofing Services Such As Visual Inspections And Existing Conditions Surveys, Failure Investigation, And Design For Repairs.
commissioning Design Including Assistance Of Development Owner’s Project Requirements (opr), Design Document Reviews, Development Of Commissioning Specifications And Or Initial Commissioning Plan
program Of Requirements (por) Development By Meeting With Campus Personnel And Confirming Design Intent For Building And/or Major Systems (e.g., Mechanical, Electrical, Plumbing, Structural, Controls, Security, Fire Alarm, Etc.)
value Engineering Analysis To Achieve Design Goals While Lowering Life Cycle Costs And Maintaining The Required Performance, Quality, Reliability, And Maintainability.
record Drawings Development From Compiled As-built Set.
surveying (e.g., Alta/ascm, Boundary, Topographic, Construction, Site Planning)
roads/sidewalks Repairs And Replacement
evaluation Of Items Requiring Earthwork Such As Excavation, Grading, Ponds, Drainage, Foundation, And Footings
landscaping Design
gates, Fencing, And Related Engineering Necessary To Support A Campus Environment
permit Applications Submission To Regulatory Authorities Based On Specific Project Requirements. To Be Coordinated With Cor And Or Ahj For Acceptance And Or Approval
environmental Compliance (state Or Federal) Conforming To Laws, Regulations, Standards, And Other Requirements
construction Quality Management To Include But Not Limited To Commissioning Services
contract Information:
the Period Of Performance Of The Idiq Contract(s) Shall Be Five (5) Years. Annual Fully Burdened Labor Rates Will Be Negotiated Prior To Award. All Services Will Be Ordered Via The Issuance Of Individually Negotiated Firm-fixed-price Or Notto-exceed Task Orders, Ranging In Value From $10,000 And $2,000,000. Each Idiq Contract Shall Include A Guaranteed Minimum Order Of $5,000. The Cumulative Amount Of All Task Orders Shall Not Exceed $9,800,000.
the Government Anticipates Award Of Three (3) Or More Idiq Contracts; However, The Actual Number Of Awards Shall Be Made At The Discretion Of The Government.
submission Requirements:
consideration Will Be Limited To Professional A/e Firms Licensed And Registered In Maryland Who Provide A/e Services Primarily In The Disciplines Of Architectural, Civil, Structural, Mechanical, Electrical, And Environmental Engineering For Pre-design, Design, And Post-design Of Research Laboratory Facilities.
firms Meeting The Above Requirements And Desiring Consideration Must Submit Their Qualifications By No Later Than The Date Specified In This Announcement Via Email To The Following Addresses Using The Email Subject Line “rfq Submission – General Ae Services Idiq Nb195000-25-00009”:
Trent.stevens@nist.gov
Guzel.gufranova@nist.gov
Teresa.harris@nist.gov
qualification Submissions Shall Include One (1) Original Electronic Copy In Adobe .pdf Format Of Their Standard Form 330 (sf-330) With Appropriate Data. Ae Firms Shall Include All Subcontractor's Resumes In Part 1 Of The Sf-330. Part 2 Of The Sf-330, General Qualifications, Should Also Be Submitted For Each Subcontractor Or Consultant. Indicate The Solicitation Number On All Documentation Submitted.
along With The Sf-330, Offerors Shall Include:
a Copy Of Your Current Registration In System For Award Management (sam);
proof Of Small Business Status;
a Cover Page That Provides:
offeror’s Name And Address;
offeror’s Uei Number; And,
the Name, Title, Email, And Phone Number For The Authorized Representative Of The Offeror.
submissions Will Be Evaluated By A Source Selection Evaluation Board (sseb) And Ranked Based On The Stated Evaluation Factors. The Government Will Then Establish A Competitive Range; Firms That Fall Within This Range Will Be Invited To Present Their Capabilities To The Sseb. Formal Solicitations Requesting Fee Proposals Will Be Issued To The Highest Qualified Firms As Determined By The Government.
request For Information (rfi)
questions And Rfi's Must Be Submitted No Later Than 1:00pm Et On 12/10/2024 Via Email To The Following Addresses Using The Subject Line “rfi - General Ae Services Idiq Nb195000-25-00009” :
Trent.stevens@nist.gov
Guzel.gufranova@nist.gov.
the Contracting Officer Will Post Government Responses To Rfi’s On This Site As An Amendment To This Announcement. Firms Are Responsible For Monitoring This Site For Amendments To The Request For Qualifications.
selection Criteria:
all Work Performed Shall Be Under The Direct Control And Supervision Of A Professional And Experience Licensed Architect/engineer Employed By The Prime Contractor Assigned As The Responsible Party.
part I: Evaluation Of Sf-330
prospective A-e Firms Will Be Evaluated Based On Their Demonstrated Competence And Qualifications For The Type Of Professional Services Required. The Agency Will Evaluate Each Potential A-e Firm In Terms Of This Announcement. The Selection Criteria Are Listed Below In Descending Order Of Importance:
factor 1: Specialized Experience
page Limit – 15 Pages
firms Who Fail To Meet The Qualifications Of Factor 1 Will Not Be Evaluated On Subsequent Evaluation Factors And Will Not Be Considered For Award.
offeror Shall Demonstrate The Specialized Experience And Technical Competence Of Its Firm And Its Proposed Subcontractors Performing A/e Services Meeting The Criteria Of This Solicitation Within The Past Sixty (60) Months By Providing At Least 3 But No More Than 5 Example Projects (sections F, G, And H Of The Sf330) Addressing Each Of The Subfactors Listed Below (1a, 1b, 1c, And 1d). Offeror Shall Provide At Least One Example For Subfactor 1d. All Designs Shall Be Completed At Time Of Request For Qualifications (rfq). For The Purposes Of This Evaluations, “completed” Projects Shall Mean Projects Where Final Work Was Submitted, Approved, And Accepted By The Project Owner.
A. The Offeror Shall Describe Design For Renovations With Dates That Include Commercial Window Replacements, Masonry Repairs, And Roofing Repairs. Roofing Designs Are For Replacement Of An Existing Roofing System And Would Include Design And Specifications For New Built-up Roofs (at Least Three Ply) Of At Least 20,000 Sf Minimum, Including Drains, Coping And Flashing. Built Up Roofing Can Either Be Hot Or Cold Applied.
B. The Offeror Shall Also Describe With Dates Laboratory Design For Renovations Of At Least 2,000 Sf Which Include Replacement Or New Fume Hood Installation Of A Fume Hood At Least Four Feet In Width, New Laboratory Grade Casework, New Seamless Flooring, And Plumbing That Includes Either Eye Wash Station Or Safety Showers. Laboratories Shall Be For Commercial Facilities, Federal And State Facilities, Hospitals, And College/universities. High School And Lower School Grade Laboratories Will Not Be Considered.
C. The Offeror Shall Describe With Dates Designs That Include Laboratory Facility Mechanical, Plumbing, And Electrical Renovations, Upgrades And Alterations That Include Major Utility Systems, Facility Construction And Reconfiguration, Branch Circuits Of At Least 50 Amperes At 208v Or 480v, 3 Phase Power For Installation Of Specialized Scientific Tools, Equipment And Instrumentation (provide Amperage, Phases, And Voltages In Offer). The Contractor Shall Describe Distribution Of Manifold Specialty Gasses Utilizing At Least One Of The Following (nitrogen, Helium, Compressed Air, Or A Custom Blend) Within The Lab (note Which Gas Was In Manifold).
D. The Offeror Shall Describe, With Dates, Life Safety And Code Compliance Of The Following: Ibc And Nfpa Analyses, Access And Egress Analyses, Fire Alarm Systems And Device Designs, Nfpa 13 Fire Suppression System Modification Calculations And New Installations, And Hazardous Detection Systems (radiological Or Toxic Gas Monitoring Systems). Note Which Detection System (radiological Or Toxic Gas Monitoring System) Is Being Referenced.
factor 2: Professional Qualifications
page Limit – 17 Pages
the Offeror Shall Demonstrate The Technical Expertise And Professional Qualifications Of Its Proposed Team, Including Subcontractors And Consultants, To Perform The Required A/e Services By Providing Résumés (section E Of The Sf330) For All Of The Following Disciplines:
principle
senior Architect
senior Cost Estimator
senior Civil Engineer
senior Electrical Engineer
senior Fire Protection Engineer
senior Geo-technical Engineer
senior Laboratory Planner
mechanical Engineer (piping)
senior Mechanical Engineer (piping)
senior Mechanical Engineer (hvac)
senior Environmental Engineer
senior Scheduler
senior Surveyor
senior Water Proofing Engineer
senior Structural Engineer
2. Senior Positions Of Each Discipline Shall Have A Minimum Of Ten (10) Years Applicable Experience And Shall Be Licensed And/or Certified In Their Applicable Discipline.
3. The Offeror Shall Identify The Roles Of Its Key Personnel By Provide Resumes/sf 330s For Its Proposed Key Personnel That Include Credentials, Education, Registrations, Relevant Experience, And Their Role In Performing Requirements Outlined In Factor 1.
4. The Offeror Shall Submit An Organizational Chart Showing The Interrelations Of The Proposed Team Including All Subcontractors And Consultants.
factor 3: Geographical Location
page Limit – 1
offeror Shall Be Within 50 Miles Of The Nist Main Campus In Gaithersburg, Md. Nist Address Is 100 Bureau Drive, Gaithersburg, Md 20899. Offeror Shall Demonstrate This Distance By Submitting Information (driving) Via An Internet Mapping Program. The Driving Shall Begin At The Offeror’s Office To Nist.
factor 4: Capacity
page Limit – 2 Pages
the Offeror Shall Describe Their Team, Including Subcontractors, Capability To Complete Simultaneous Tasks Within The Required Timeframe Based On Current And Planned Workload And Expected Backlog.
the Offeror Shall Confirm That There Is Sufficient Capacity Within The Firm, Or That Additional Professional Capacity Can Be Increased As Needed In A Timely Manner To Deliver Projects That Meet The Government’s Specialized Requirements.
factor 5: Past Performance
page Limit – None
offeror Shall Provide Past Performance Information For The Relevant Projects Identified In Their Factor 1 – Specialized Experience Submission In The Form Of Either A Contractor Performance Assessment Reporting System (cpars) Report Or The Provided Past Performance Questionnaires (ppqs).
if The Project Was Completed For The Federal Government, The Offeror Shall Provide A Copy Of The Most Recently Completed Contractor Performance Assessment Reporting System (cpars) Report.
if No Cpars Is Available, Offeror Shall Use The Provided Past Performance Questionnaire (ppq). Ppqs Shall Be Completed And Signed By The Customer Identified In The Relevant Project. Limit Of One Ppq Per Project.
if An Offeror Submits Incomplete Past Performance Or Fails To Submit Any Past Performance Information, The Government May Evaluate Past Performance Based On The Information Obtained Concerning The Offerors’ Performance Relevant To Services Similar In Scope, Complexity, And Size For The Prime Contractor. Additionally, The Following Resources Will Be Used For Evaluation:
contractor Performance Assessment Reporting Systems (cpars), Or Similar Systems Of Other Government Departments And Agencies,
interviews Within Nist If Offeror Holds/held Previous Contracts,
interviews With Program Managers And Contracting Officers, And;
other Sources Known To The Government, Including Commercial Sources.
in The Case Of An Offeror Without A Cpars Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available, The Offeror Shall Be Rated Neither Favorably Nor Unfavorably.
part Ii: Oral Presentations
in Accordance With Far 36.602-3, The Government Will Hold Discussions With At Least Three Of The Most Highly Qualified Firms (firms Within The Competitive Range). More Details Related To The Presentations Will Be Provide To The Firms That Are Selected To Move Forward.
fee Proposal
only Those Firms Selected For Award Will Be Invited To Provide A Fee Proposal. Firms Shall Submit Along With Their Fee Proposal A Copy Of Audited Overhead Rate Statement Prepared In Accordance With The Federal Acquisition Regulation (far), Part 31 For The Prime And Their Sub-consultants. The Audit Must Be From A Federal, State, Local Government Or An Independent Third-party Auditor In Accordance With Far 31. Audit Conducted In Accordance With Generally Accepted Accounting Principles (gaap) Will Not Be Accepted.
Closing Date13 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Building Construction
United States
Details: Synopsis: Request For Architectural And Engineer Sf330 Submission.
solicitation: 36c2552r00031 Renovate Restrooms And Lactation Spaces
sf330 Request Information For Project 589a7-25-501:
this Ae Services Requirement Is Being Procured In Accordance With The Brooks Act (public Law 0582) And Implemented In Accordance With The Federal Acquisition Regulation (far) Subpart 36. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work Per The Evaluation Factors Listed Below.
this Procurement Is Restricted To Service-disabled Veteran Owned Small Business (sdvosb) Firms. This Requirement Is Being Procured In Accordance With The Vaam 836.6 Implemented In Far Subpart 36.6.
this Is Not A Request For Proposal (rfp) And An Award Will Not Be Made With This Announcement. This Announcement Is A Request For Sf330 S From Qualified Contractors Who Meet The Professional Requirements Listed Herein.
the Selection Criteria For This Acquisition Will Be In Accordance With Far 36 And Are Listed Below In Descending Order Of Importance. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. The Contract Is Anticipated To Be Awarded By March 31, 2025.
award Of Any Resultant Contract Is Contingent Upon The Availability Of Funds.
no Solicitation Document Is Available And No Other Information Pertaining To Project Scope Is Available. Any Request For Assistance With Submission Or Other Procedural Matters Shall Be Submitted Via Email Only To Kevin.mahoney3@va.gov Personal Visits To Discuss This Announcement Will Not Be Allowed.
the Naics Code For This Procurement Is 541310 Architect Services With A Small Business Size Standard Of $12.5 Million. Award Of A Firm Fixed Price Contract Is Anticipated. Anticipated Time For Completion Of Design Is Approximately 180 Calendar Days After The Notice To Proceed Has Been Issued Including Time For Va Reviews. The Ae Firm Shall Also Be Required To Perform Construction Period Services If Award Of A Construction Project Contract Is Made.
database Registration Information:
verification Of Status Of The Offeror Shall Be Accomplished Before Review Of Sf 330. This Acquisition Is 100% Set-aside For Qualified Service Disabled Veteran Owned Small Business. Only Architect-engineer Businesses Inc Compliance With Vaar 852.219-10 Are Eligible. Only A/e Firms Verified And Listed In The Sba Vendor Information Pages Database, (veteran Small Business Certification (sba.gov), Shall Be Considered. Firms Not Verified At The Time Of Receipt Of The Sf 330 In The Sba Veteran Small Business Certification Program Shall Be Considered Non-responsive And Shall Be Excluded From Further Consideration.
system For Award Management (sam):
federal Acquisition Registrations Require That Federal Contractors Register In The System For Award Management (sam) Database At Https://sam.gov/content/ And Enter All Mandatory Information Into The System. Award Cannot Be Made Until The Contractor Has Registered. Offerors Shall Be Actively Registered In Sam Prior To Submitting Their Qualifications Package. Any Firm Not Actively Registered In Sam By The Date Of Receipt Of The Sf 330 Shall Be Considered Non-responsive And Shall Be Excluded From Further Consideration.
the Excluded Parties List System (epls):
to Ensure That The Individuals Providing Services Under The Contract Have Not Engaged In Fraud Or Abuse Regarding Sections 1128 And1128a Of The Social Security Act Regarding Federal Health Care Programs, The Contractor Is Required To Check The Excluded Parties List System (epls) Located At Https://sam.gov/content/ For Each Person Providing Services Under This Contract. Further The Contractor Is Required To Certify That All Persons Listed In The Qualifications Package Have Been Compared Against The Epls List And Are Not Listed. During The Performance Of This Contract The Contractor Is Prohibited From Using Any Individual Or Business Listed On The List Of Excluded Individuals/entities.
e-verify System:
companies Awarded A Contract With The Federal Government Shall Be Required To Enroll In E-verify Within 30 Days Of The Contract Award Date. They Shall Also Need To Begin Using The E-verify System To Confirm That All Of Their New Hires And Their Employees Directly Working On Federal Contracts Are Authorized To Legally Work In The United States. E-verify Is An Internet-based System That Allows An Employer, Using Information Reported On An Employee's Form I-9, To Determine The Eligibility Of That Employee To Work In The United States. There Is No Charge To Employers To Use E-verify. (far 52.222-54)
a-e Firms Are Required To Respond If Interested By Submitting One (1) Completed Standard Form 330 Qualification Package Parts I And Ii To Include All Consultants (form Available On-line At: Http://www.gsa.gov/portal/forms/download/116486. Must Include In Part I Section H An Organizational Chart Of The Firm (excludes Consultants), And Information Pertaining To A Design Quality Management Plan. Submission Information Incorporated By Reference Shall Not Be Considered. All Submissions Shall Be Made Electronically. Packages Which Are Hand Delivered Or Delivered Via Surface Mail Or Any Other Method Other Than Electronically Shall Not Be Reviewed.
completed Package Shall Be Delivered Electronically On Or Before January 31, 2025 At 2:00pm Central Time To: Kevin.mahoney3@va.gov Hard Copies Shall Not Be Accepted. The Email Subject Line Shall Clearly Identify The Sf330 Request Number: 36c25525r0031 Renovate Restrooms And Lactation Spaces Sf330 Request Information For Project 589a7-25-501:
the Size Of The Pdf Document Must Be Below 10 Mg Or The Va Email Will Error Out And Reject The Application. It Is The Contractor S Responsibility To Ensure That The Application Is Received. Only One Email Will Be Accepted From Each Firm (contractor).
evaluation Factors:
selection Criteria Are In Accordance With Federal Acquisition Regulation (far) Part 36.602-1 And Va Acquisition Regulation (vaar) Part 836.602-1. Prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf 330 Packages Using Additional Pages As Necessary. Sf 330 Submissions Including Any Additional Pages Are Not To Exceed Fifty (50) Pages Exclusive Of Table Of Contents, Title Page, And Divider Pages. Each Side Of A Piece Of Paper Is One Page (i.e., Two Pages To A Single Sheet Of Paper). Blank Pages Are Not Included In The Count.
sf330 Submission Packages Which Exceed 50 Pages Will Be Considered Non-responsive And Shall Be Excluded From Further Consideration. The Only Exclusions To The 50-page Limit As Listed In The Request For Sf330 Are: Table Of Contents, Title Page, And Divider Pages. Title Page Shall Not Exceed More Than One (1) Page. Table Of Contents Shall Only Contain The Information Necessary To Define The Contents Of The Document. Divider Pages May Contain A Maximum Of One (1) Line Of Description. Responses Must Reference 36c25525r0031 Renovate Restrooms And Lactation Spaces Sf330 Request Information For Project 589a7-25-501:
prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf 330 Packages And The Information Contained Herein.
qualifications (sf330) Submitted By Each Firm For 36c25525r0031 And Project 589a7-25-501 Renovate Restrooms And Lactation Spaces Will Be Reviewed And Evaluated Based On The Following Evaluation Criteria Listed Below:
evaluation Factors For Sf330 Review Submitted For
project 589a7-25-501 Renovate Restrooms And Lactation Spaces Selection Criteria Are In Accordance With Federal Acquisition Regulation (far) Part 36.602-1 And Va Acquisition Regulation (vaar) Part 836.602-1. Prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf 330 Packages Using Additional Pages As Necessary. Sf 330 Submissions Including Any Additional Pages Are Not To Exceed Fifty (50) Pages Exclusive Of Table Of Contents, Title Page, And Divider Pages. Each Side Of A Piece Of Paper Is One Page (i.e., Two Pages To A Single Sheet Of Paper). Blank Pages Are Not Included In The Count.
sf330 Submission Packages Which Exceed 50 Pages Will Be Considered Non-responsive And Shall Be Excluded From Further Consideration. The Only Exclusions To The 50-page Limit As Listed In The Request For Sf330 Are: Table Of Contents, Title Page, And Divider Pages. Title Page Shall Not Exceed More Than One (1) Page. Table Of Contents Shall Only Contain The Information Necessary To Define The Contents Of The Document. Divider Pages May Contain A Maximum Of One (1) Line Of Description. Responses Must Reference 36c25525r0031 Renovate Restrooms And Lactation Spaces Sf330 Request Information For Project 589a7-25-501:
prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf 330 Packages And The Information Contained Herein.
qualifications (sf330) Submitted By Each Firm For 36c25525r0031 And Project 589a7-25-501 Renovate Restrooms And Lactation Spaces Will Be Reviewed And Evaluated Based On The Following Evaluation Criteria Listed Below:
evaluation Factors For Sf330 Review Submitted For
project 589a7-25-501 Renovate Restrooms And Lactation Spaces
professional Qualifications: The Qualifications Of The Individuals Which Will Be Used For These Services Will Be Examined For Experience And Education And Their Record Of Working Together As A Team. Ae Firms Shall Have Professional Architects, Engineers, And Consultants Who Are Licensed In The United States Of America. Current And Valid License Information Must Be Provided. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, And Experience Relevant To A Project Of This Size And Scope) Of Personnel Proposed For Assignment To The Project.
key Positions And Disciplines For This Project Which Will Be Evaluated Include, But Are Not Limited To:
architect/designer
interior Design
electrical Engineer
project Manager
plumbing Engineer
mechanical Engineer
fire Protection Engineer
quality Assurance
industrial Hygienist
cost Estimator
a/e Firms Are Required To Develop Their Own Team Based Upon Their Understanding Of The Project Requirements And Not Solely Upon The Previous List.
specialized Experience And Technical Competence: A/e Firms Must Have Specific Design Experience And Technical Skill In The Type And Scope Of Work Required For Renovations And New Construction At Existing Medical Facilities, Including, Where Appropriate, Renovating Space For Patient Privacy And Rehabilitation Services, Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. Ae Firms With Demonstrated Experience Of Higher Numbers Of Team Members Who Are Key Personnel Working Together On Past Projects Will Receive A Higher Score Than Those That Do Not Demonstrated Experience Of Higher Numbers Of Team Members Who Are Key Personnel Working Together On Past Projects.
submissions Shall Include No More And No Less Than One (1) And No More Than Three (3) Recent And Relevant Government And Private Experience Projects Similar In Size Scope And Complexity, And Experience With The Type Of Projects/competence Above That Were Completed By The Ae Firm Submitting The 330 S. Relevant Is Defined As Those Task Requirements Identified In The Project Description. Recent Is Defined As Design And Construction Period For Projects That Are Both Design And Construction Complete Within The Past 5 (five) Years. Each Project Shall Include The Following:
project Title, Contract Number, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e., Prime Contract, Teaming Partner, Or Subcontractor.
project Owner, Owner S Point Of Contact Including Telephone Number And Email Address.
services & Deliverables Provided Under The Contract/task Order.
period Of Performance, Including Start And Completion Dates.
total Dollar Value Of The Project For Both The Award Cost And Final (completed) Cost.
federal, State, Or Private Enterprise Contract?
the Evaluation Will Also Consider Narratives Addressing The Following Topics In Section H. Simply Re-stating This List In Section H Will Not Be Sufficient. The Narrative Of How The Firm Addresses Each Of These Will Be Evaluated.
the Management Approaches.
the Coordination Of Disciplines And Subcontractors
quality Control Procedures, And
familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Federal, State, And Local Standards.
capacity: The Prime Contractor Will Be Evaluated To Determine If It Has The General Workload And Staffing Capacity Within Its Design Office Which Will Be Responsible For The Design To Accomplish The Work In The Required Time.â In Accordance With Vaar 852.219-75: Â in The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-73. Â any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Â Prime Contractor Must Include Its Certification Of Compliance With The Limitations On Subcontracting Specified In 852.219-75 With Its 330 Submissions.
past Performance: Provide Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Project Cost Control, Quality Of Work, And Compliance With Performance Schedules. Information Presented Must Clearly Demonstrate The Construction Cost Limit, A/e Created Cost Estimate, And Final Awarded Cost Of The Project.
past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database.
for Any Project That Does Not Have Cpars Data Available, A Past Performance Questionnaire (ppq) May Be Submitted With The Sf330. The Ppq Should Be Rated And Signed By The Evaluator. If A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion.
evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq.
evaluations Will Consider Ratings On Projects Which Are Design And Construction Complete In The Last Three (3) Years, Information Regarding Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness.
failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf 330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated.
location Of Design Firm: Per Far 36.602-1 Selection Criteria: Market Research Indicates That At Least 3 Qualified Firms Exist Within A 500-mile Radius Of The Wichita Va Medical Center Located At 5500 E. Kellogg, Wichita, Kansas 67218. This Procurement Is Restricted To Service-disabled Veteran Owned Small Business (sdvosb) Firms Located Within A 500-mile Radius Of The Robert J. Dole Veterans Affairs Medical Center (vamc) In Wichita, Kansas. Architectural Prime Contractors Whose Primary (i.e., Headquarters, Primary Corporate Office, Main Office) Physical Business Address Is Within A 500-mile Radius From The Wichita Va Medical Center Located At 5500 E. Kellogg, Wichita Kansas 67218 And Resides Within The Borders Of The United States Of America Will Receive A Higher Score On Evaluations.
architectural Prime Contractors Whose Primary Physical Business Address Is Outside A 500-mile Radius From The Wichita Va Medical Center Located At 5500 E. Kellogg, Wichita Kansas 67218 And Resides Within The Borders Of The United States Of America Will Receive A Lesser Score On Evaluations.
architectural Prime Contractors Are Required To Verify The Primary Physical Business Address (described Above) As Part Of The Sf330 Response. If The Information Cannot Be Verified As Required, The Sf330 Will Be Found To Be Nonresponsive And Will Not Receive Further Consideration.
sf 330 Submissions From Companies Located Outside The Borders Of The United States Of America Shall Not Be Considered.
claims And Terminations: Any Record Of Significant Claims Against The Firm Or Terminated Contracts Because Of Improper Or Incomplete Architectural And Engineering Services Will Be Examined.
Closing Date31 Jan 2025
Tender AmountRefer Documents
PUBLIC BUILDINGS SERVICE USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Gsa Has Identified A Need For Construction Services For A Project At The Mid-atlantic Social Security Center In Philadelphia, Pa. The Work Involves Renovations To The Northwest, Northeast, South, And Southeast Plazas As Well As The Replacement Of Sections Of Steel Girder That Support The First Floor And Are Accessible From The Loading Dock Area And Adjacent Rooms. The Matssc Facility Is A 7-story Office Building With A Basement Level Parking Garage, Loading Dock, Training Rooms, Warehouse And Mechanical Equipment Rooms. Gsa Has Engaged An Architect Engineer (a/e) To Design The Project. Gsa Will Use A Two-phase Process Issuing A 50% Design Package That Contains Sufficient Detail To Allow It To Solicit Phase 1 Technical Proposals Only, And Not Price. Upon Completion Of The Evaluation Of The Phase I Technical Proposals, An Advisory Shortlist Will Be Developed. All Offerors Will Be Notified As To Whether Their Firm Will Be Invited To Participate In The Resultant Acquisition Or, Based On The Information Submitted, That It Is Unlikely To Be A Viable Competitor. It Will Be Noted That Exclusion From The Advisory Shortlist Shall Not Preclude Offerors From Submitting A Phase Ii Price Proposal. Once The 100% Design Documents Are Complete. Gsa Will Solicit Phase Ii Price Proposals From The Firms That Submitted Phase 1 Technical Proposals. 100% Design Document Completion Date Is Tbd.
the Work Will Involve Multiple Trades Including General Construction, Mechanical, Electrical, Ect. The Contractor Will Be Required To Have The Ability To Successfully Coordinate All Trade/subcontractor Work And Complete This Project Within All Applicable Government Guidelines Governing The Work. The Naics Code For The Construction Work Is 236220 – “commercial And Institutional Building Construction.
disclosure Of Magnitude Of Construction Projects
the Estimated Total Construction Cost For The Project Is More Than $10,000,000.
competitive Procedures
this Procurement Will Be Competed Utilizing Full And Open Competition In Accordance With Far 6.203. Competitive Proposals Will Be Requested In Accordance With Far 15 “contracting By Negotiations.”
selection Procedures
the Award Will Be Made Utilizing The Tradeoff Process Prescribed In Far 15.101-1. The Objective Of The Source Selection Process Is To Select A Proposal That Represents The Best Value To The Government. The Award Will Be Made To The Responsible Offeror Whose Proposal Conforms To The Solicitation And Offers The Best Value To The Government, Considering The Price And Non-price Factors. For This Procurement, The Technical Factors Will Be Substantially More Important Than Price (far 15.101-1, Trade Offs). The Technical Factors Will Include:
project Management Plan And Approach
prior Experience On Relevant Projects
past Performance On Relevant Projects
socioeconomic Status
sustainability
gsa Requires A Bid Guarantee In Accordance With Far 52.228-1 With Each Offeror’s Proposal.
gsa Requires Performance And Payment Bonds Prior To The Issuance Of The Notice To Proceed.
procurement Schedule
a Virtual Pre-proposal Conference Will Be Held On December 18, 2024 At 10:00am Est Via Google Meet. A Link Will Be Provided To Interested Parties By December 17th. Please Contact Stephen.zorzi@gsa.gov And Stephen.kohri@gsa.gov If You Would Like To Attend.
site Visit Will Be Held On January 8th, 2025 At 9:00 Am Est.
rfis Are Due By 5pm Est On January 15, 2023. Further Information Regarding Who To Send The Rfis To Will Be Provided At The Pre-proposal Conference.
technical Proposals Are Due By 5:00 Pm Est On January 28, 2025 Tostephen.zorzi@gsa.gov And Stephen.kohri@gsa.gov.
period Of Performance
the Period Of Performance From The Issuance Of The Notice To Proceed To Substantial Completion Is 861 Days.
small Business Set Aside And Applicable Naics Code
the Award Is A Complete Set-aside For Small Business Concerns Pursuant To Far 6.203. The Applicable Naics Code Is 236220, Commercial And Institutional Building Construction, And The Small Business Size Standard Is $45 Million.
pre-proposal Conference & Site Visit/investigation For Contractors
prior Notification Of Attendance To The Pre-proposal Conference Is Mandatory. You Will Be Asked To Provide Your Company’s Name And All Potential Attendees' Full Names (no More Than 3 Per Firm) To Stephen.zorzi@gsa.gov And Stephen.kohri@gsa.govby No Later Than The Day Before The Event.
interested Parties/how To Offer
this Solicitation Is Only Be Available Electronically. Through Sam.gov, A Secure Website Designed To Safeguard Sensitive But Unclassified (sbu) Acquisition Material. Potential Offerors Are Responsible For Downloading The Solicitation And For Monitoring The Website For Possible Amendments And/or Additional Information. Potential Offerors Must Register On The.sam.gov Website To Have Access To Solicitation Material. For Additional Registration Information, Visit The Sam.gov Website.
to Ensure That You Receive All Information Regarding This Solicitation, Please Register To Receive Updates At Sam.gov, And Follow The Procedures For Notification Registration.
request For Information
all Inquiries Concerning The Project Shall Be Directed To The Following Email Addresses: Stephen.zorzi@gsa.gov And Stephen.kohri@gsa.gov.
Closing Date28 Jan 2025
Tender AmountRefer Documents
U S FISH AND WILDLIFE SERVICE USA Tender
Energy, Oil and Gas
United States
Details: Notice Of Intent (a&e Solicitation For Sf330: Doiffb0250022)presolicitation Notice Of Intent. This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualification Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder¿s List Will Be Issued. The Government Will Not Pay, Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement.1. Introduction: This Is A Pre-solicitation Notice For Pr Number 0044001767 Which Requires Architect And/or Engineering (a&e) Services To Evaluate The Impact Of Incorporating Electric Vehicle (ev) Charging Stations, Update The Estimate Of Probable Costs, And Perform A Code Review For The Phase Ii Addition To The Administration Facility Located At The E. B. Forsythe National Wildlife Refuge, Atlantic County, New Jersey, That Was Initially Designed In 2015. This Project Is A 100% Set-aside For Small Business Concerns. The Naics Code For This Procurement Is 541330 ¿ ¿engineering Services¿ And The Annual Small Business Size Standard Is $25.5m. All Information Needed To Submit Sf330 Documents Is Contained Herein. Federal Acquisition Regulations (far) 36.6 Selection Procedures Apply. The Architectural/engineering Sources Listed Herein Are Being Procured Utilizing The Selection Ofarchitects And Engineer¿s Statute, Also Known As The Brooks Act Or Qualifications Based Selection (qbs), Far Part 36.6. All Submissions Will Be Evaluated In Accordance With(iaw) The Evaluation Criteria Identified In The Selection Criteria. Only The Top Three (3) Firms Deemed To Be The Most Highly Qualified, After Initial Source Selection, May Be Chosen For Discussions/interviews. Please Note That The Technical Evaluation Board May Choose Not To Engage Firms In Discussions/interviews If The Initial Selection Evaluation Is Determined Sufficient To Proceed Without Conducting Discussions/interviews. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work As Submitted.2. Description: The Government Is Seeking An A&e Firm To Provide All Professional Services Required To Complete The Following Tasks:1) code And Permitting Review: - Identify Updates To Applicable Codes And Environmental Permitting Requirements Since The Original Design. - The Following Codes And Standards Will Be Reviewed And Analyzed For Updates: International Building Code (ibc) International Energy Conservation Code (iecc) American Society Of Heating, Refrigerating, And Air-conditioning Engineers (ashrae) Standard 90.1 Applicable National Fire Protection Association (nfpa) Codes State And Local Environmental Regulations Architectural Barriers Act (aba) Guiding Principles For Sustainable Federal Buildings Federal Acquisition Regulation (far) 36.601-3(a), Including Requirements For: - Use Of Recovered Materials - Energy Conservation, Pollution Prevention, And Waste Reduction - Specification Of Energy Star Or Femp-designated Products (per Far Subpart 23.2) Fws Agency-specific Requirements For It Infrastructure Fws Standardized Physical Security Countermeasure Handbook - Deliver A Discipline-specific Summary Report Detailing Code Changes, Their Impact On The Project And, Required Updates To Construction Documents. 2) ev Charging Station Analysis:- Coordinate With U.s. Fish & Wildlife Service (fws) Staff To Establish The Desired Number Of Ev Charging Stations.- Analyze The Impact Of These Additions On The Phase Ii Design.3) cost Estimate Update- Update The Estimate Of Probable Costs To Reflect Current Market Conditions For Materials, Labor, And Other Project Costs. This Will Include: Base Bid Four (4) Additive Items Proposed Ev Charging Stations. 4) Project Review - Conduct A Web-based Review Meeting To Discuss The Findings And Recommendations Outlined In The Summary Report.3. Inquiries: Personal Visits For The Purpose Of Discussing This Announcement Will Not Be Entertained Or Scheduled. Selection Shall Be In The Order Of Preference From The Firms Considered Most Highly Qualified. Questions May Be Directed Only By Email To: Jerry_perry@fws.gov4. Selection Process: Sf 330s Will Be Evaluated In Accordance With The Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Mosthighly Qualified Firms For This Requirement. In Accordance With Far 36.602-3-(c), Three (3) Of The Most Highly Qualified Firms Will Then Be Notified Of The Government¿s Intentto (or Not To) Hold Discussions/interviews. If Held, Discussions Will Be Held With The Most Highly Qualified Firms In The Form Determined To Be Most Advantageous And Economical By The Contracting Officer. This May Include In Writing, Via Phone Interview, Or In-person Interview Presentations. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked For Selection Based On The Selection Criteria, And The Most Highly Qualified Firm Will Be Selected And Subsequently Sent The Solicitation. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. A Site Visit May Be Authorized For The Highest Rated Firm During The Negotiation Process At No Cost To The Government. If Negotiations Are Not Successful With The Highest-rated Firm, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until An Award Can Be Made Or The Requirement Is Canceled.5. Submission Requirements: All Responding Firms Are Required To Submit Standard Form 330, Architect-engineer Qualifications, Part I And Part Ii. Instructions And Fillablecopies Of The Sf 330 Document May Be Obtained From The Gsa Forms Library Or On-line At Https://www.gsa.gov/reference/forms/architectengineer-qualifications. The Sf 330, Part Imust Clearly Indicate The Office Location Where The Work Will Be Performed, The Qualification Of The Individuals And Subcontractors Proposed To Work On The Contract, And Theirgeographical Location.you Must Submit Your Qualifications, And Any Supplemental Information (such As Past Performance, Spreadsheets, Backup Data, And Technical Information), Electronically Tojerry_perry@fws.gov No Later Than: 3:00pm (eastern), Tuesday, January 10, 2025.email Subject Lines Must Be Labeled:¿a&e Sol# Doiffb0250022 ¿ E.b. Forsythe Nwr Es Addition To Hq Code Review¿. Files Must Be Readable Using The Current Adobe Portable Document Format (pdf). A. Late Sf 330 Submissions Received After The Due Date And/or Time Will Be Handled In Accordance With Far 15.208(b). Please Allow Sufficient Time For Your Sf 330package To Be Received Prior To The Proposed Closing Date/time.b. Please See Far 15.207(c) For A Description Of The Steps The Government Shall Take Regarding Unreadable Offers.c. To Avoid Rejection Of An Offer, Vendors Must Make Every Effort To Ensure Their Electronic Submission Is Virus-free.d. Password-protecting Your Offer Is Not Permitted.e. Please Note That The Government Shall Not Accept .zip Files.f. Package Limitations: Sf 330s Shall Be Limited To A Maximum Of Thirty (30), Single Sided, Single-spaced, And Numbered Pages. This Includes A Cover/title Page, Table Ofcontents, And Any Other Relevant Information. If More Than Thirty (30) Single-sided Pages Are Submitted, All Pages After Thirty (30) Pages Will Not Be Evaluated. The Fontfor Text Shall Be Times New Roman 12-point Or Larger.part Ii Of The Sf 330 And Any Contractor Performance Assessment Rating System (cpars) Reports And Past Performance Questionnaires Will Not Count As Part Of Thepage Limitations.the Sf 330 Shall Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted.page Limits Apply To The Following Sections Of The Sf 330:* Section E - Resumes (limit To 1 Page Per Team Member)* Section F - Example Projects (limit To 1 Page Per Project)* Section G - Key Personnel Participation In Example Projects (limit 1 Page)* Section H - Additional Information (limit This Section To 8 Pages Total) Provide Additional Information Demonstrating The Proposed Team's Qualifications And Past Experience To Fulfill The Contract Requirements.g. All Sf 330 Submissions Must Include The Following Information Either On The Sf 330 Or By Accompanying Document: 1) Cage Code; 2) Unique Entity Identifier (uei); 3) Tax Id Number; 4) Primary Point Of Contact; 5) Email Address And Phone Number Of The Primary Point Of Contact;h. Note: Only Submissions From Small Business Concerns Will Be Acceptable For This Project. In Order To Be Considered, The Firm Must Be Registered In The System For Award Management (sam) Database (www.sam.gov) And Certified By The Sba As A Small Business Concern; Failure To Accomplish Either Aforementioned Task By The Time The Sf 330 Is Due Shall Result In Elimination From Consideration As A Proposed Contractor.9. Fws Primary Point Of Contact: Jerry W. Perry, Contracting Officer, Email: Jerry_perry@fws.gov.10. Selection Criteria: The Fws Will Utilize The Following Selection Criteria In Descending Order Of Importance To Evaluate Firms:(a) Technical Proposal - Sf 330 Evaluation - Stage I (pre-selection)factor 1 - Professional Qualification(1) Professional Qualifications Necessary For Satisfactory Performance Of Required Services.a. The A&e Firm Must Be Registered And Licensed To Complete Design Work For Projects Completed In The State Of New Jersey.b. Specific Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm) Of Personnel Proposed For Assignment To The Project.c. The A&e Must Have At Least Five (5) Years Of Engineering Experience.d. Provide Professional License Numbers And/or Proof Of Licensure Of Key Personnel Proposed To Complete Work On The Project.factor 2 - Specialized Experience And Technical Competence(2) Specialized Experience And Technical Competence In The Type Of Work Required:a. Specialized Experience And Technical Competence Will Be Evaluated Based On The Team Members' Knowledge, Both Individually And Collectively As A Team. Experience Should Include: I. Experience And Knowledge Of The Tasks Identified In Paragraph 2 Of This Notice Ii. Facility Upgradesiii. Construction Inspection Services V. Site Investigations Vi. Life Safety And Certification Services And Reportsvii. New Construction And Renovationsb. Firms Shall Submit Project Information On At Least Three (3) But No More Than Five (5) Designs For Projects That Best Match The Scope Of This Project. Designs Must Be Complete Or Substantially Complete Prior To The Due Date Of This Pre-solicitation Notice Of Intent.c. Describe Processes In Relation To Design Quality Management Procedures, Computer-aided Design And Drafting/building Information Modeling, Building Information Modeling, Equipment Resources, And Any Proposed Subcontractors.factor 3 - Schedule And Capacity(3) Capacity To Accomplish The Work In The Required Time. Provide The Following Items To Demonstrate Capacity:a. Provide Project Lists For Designs In Progress Or Completed By The Personnel Proposed For Assignment To The Project; Indicate How The Team Accomplishes Multiple, Large, And Small Projects Simultaneously, At Different Locations, Within Required Timeframes.b. Provide The Number Of And Types Of Employees (prime And Subcontractor), Including The Availability Of Additional Competent, Regular Employees For Support Of Projects, And The Depth And Size Of The Organization.c. For Any Work Awarded By Fws, Provide Volume Of Work During The Previous 12 Months To The Prime And All Subcontractors.factor 4 - Relevant Past Performance(4) Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules.a. Submit The Prime Firm's Past Performance Information To Determine The Degree To Which It Demonstrates The Likelihood It Can Successfully Perform The Requirements Of The Work As Described Herein. Submit Evaluation Information For All Projects Submitted For Factor 2, Specialized Experience, And Technical Competence. If Unable To Obtain A Completed Cpars, Past Performance Questionnaires (ppq) Are Acceptable. Please Utilize The Attached Ppq Document. If Unable To Obtain A Completed Ppq For A Factor 2 Project, Provide The Customer's Contact Information Along With The Contract Information. In The Case Of A Joint Venture, Llc, Or Other Teaming Arrangement Formed For The Purpose Of Competing For This Contract, The Government Will Evaluate The Past Performance Of The Entities That Comprise The Newly Formed Entity. The Government Will Use The Information Either Furnished By The Offeror And Reference(s) And/or Information Obtained From Other Independent Data Sources In Evaluating Past Performance.b. Submit Any Performance Rating Information, Especially For Fws Projects, As Well As Information About The Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness.c. Submit Any Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services.d. For Firms Without A Record Of Relevant Past Performance Or For Whom Relevant Past Performance Information Is Not Available, The Firm Will Not Be Evaluated Favorably Or Unfavorably. However, Firms Must Document Having At Least Five (5) Years Of Experience.e. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified.factor 5 - Location(5) Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of The Criterion Leaves An Appropriate Number Of Qualified Firms Given The Nature And Size Of The Project.a. Firms Must Demonstrate Knowledge Of The Locality Which May Include State Licenses Or Projects Completed For Designs Of Projects Within The State Where The Design Shall Be Constructed.(b) Priced Proposal - Stage Iifactor 6 - Price(1) Price. When Requested By The Contracting Officer, And Following Evaluations Of Stage I Technical Proposals, The Offeror Shall Submit A Price Proposal On The Schedule For Each Item. When Completing The Price Schedule Of The Item(s), The Offeror Shall Provide Fully Loaded Labor Rates. Fully Loaded Rates Shall Include Wages, Overhead, General, Administrative Expenses, And Profit.table 1 - Rating Evaluation Factors:table 1. Rating Evaluation Factorsadjectival Descriptionoutstandingproposal Meets Requirements And Indicates An Exceptional Approach, Understanding And Capability Of The Requirements. Strengths Far Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Very Low.excellentproposal Meets Requirements And Indicates A Thorough Approach, Understanding And Capability Of The Requirements. Proposal Contains Strengths Which Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Low.acceptableproposal Meets Requirements And Indicates An Adequate Approach, Understanding, And Capability Of The Requirements. Strengths And Weaknesses Are Offsetting Or Will Have Little Or No Impact On Contract Performance. Risk Of Unsuccessful Performance Is No Worse Than Moderate.marginalproposal Does Not Clearly Meet Requirements And Has Not Demonstrated An Adequate Approach, Understanding And Capability Of The Requirements. The Proposal Has One Or More Weaknesses Which Are Not Offset By Strengths. Risk Of Unsuccessful Performance Is High.unacceptable Proposal Does Not Meet Requirements And Contains One Or More Deficiencies. Proposal Will Not Result In An Award.neutral (for Past Performance Only)no Recent/relevant Performance Record Is Available, Or The Offeror's Performance Record Is So Sparse That No Meaningful Confidence Assessment Rating Can Be Reasonably Assigned.
Closing Date20 Jan 2025
Tender AmountRefer Documents
U S FISH AND WILDLIFE SERVICE USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Va - Va Esf Tinkerbell Dam Prep Eng. Svcsnotice Of Intent (a&e Solicitation For Sf330: Doiffb0250021)presolicitation Notice Of Intent. This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualification Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder¿s List Will Be Issued. The Government Will Not Pay, Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement.1. Introduction: This Is A Pre-solicitation Notice For Pr Number 0044001195 Which Requires Architect And/or Engineering (a&e) Services To Provide Characterization Of The Current Conditions At Tinkerbell Dam On Tinker Creek (roanoke County, Va) In Preparation For Removal Of The Structure. Tinkerbell Dam Is Located Off Of Tinkerbell Lane, In Roanoke County, Virginia And Is Named Ardagh Dam In The Virginia Dam Safety Registry. Tinkerbell Dam Is Approximately 3 M High And Creates And Impoundment That Is Approximately 0.4 Stream Km In Length. This Project Is A 100% Set-aside For Small Business Concerns. The Naics Code For This Procurement Is 541330 - Engineering Services, And The Annual Small Business Size Standard Is $25.5m. All Information Needed To Submit Sf330 Documents Is Contained Herein. Federal Acquisition Regulations (far) 36.6 Selection Procedures Apply. The Architectural/engineering Sources Listed Herein Are Being Procured Utilizing The Selection Ofarchitects And Engineer's Statute, Also Known As The Brooks Act Or Qualifications Based Selection (qbs), Far Part 36.6. All Submissions Will Be Evaluated In Accordance With (iaw) The Evaluation Criteria Identified In The Selection Criteria. Only The Top Three (3) Firms Deemed To Be The Most Highly Qualified, After Initial Source Selection, May Be Chosen For Discussions/interviews. Please Note That The Technical Evaluation Board May Choose Not To Engage Firms In Discussions/interviews If The Initial Selection Evaluation Is Determined Sufficient To Proceed Without Conducting Discussions/interviews. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work As Submitted.2. Description: Tinkerbell Dam Is Located On Private Property And The Landowner Recently Agreed To Have The Dam Removed. In Order To Prepare For Removal, Several Design Elements Need To Be Completed To Apply For Appropriate Permits And Develop A Construction Bid Package. The Government Is Seeking An A&e Firm To Provide All Professional Services Required To Complete The Following Tasks:1. development Of A Hydraulic Model To Evaluate The Projected Shear Stresses On Streambanks Within The Current Impoundment Upon Dam Removal,2. design Of Any Bank Stabilization And Restoration And/or In-stream Structures Necessary To Ensure Streambank And Long-term Protection Of Buildings Adjacent To The Current Impoundment Upon Dam Removal,3. floodplain Analysis And Appropriate Coordination With Local, State, And Federal Entities Concerned With Changes In The Tinker Creek Floodway Upon Dam Removal, In Order To Receive A Conditional Letter Of Map Revision, If Necessary,4. preparation Of All Engineering Design Plans Required For State, Federal, And Local Permit Applications For Dam Removal, Including Responses To Comments From These Agencies And Plan Revisions, And5. preparation Of Final Engineering Design Plans, Specifications, And Associated Documents To Be Utilized In Preparation Of A Construction Bid Package For Dam Removal.3. Inquiries: Personal Visits For The Purpose Of Discussing This Announcement Will Not Be Entertained Or Scheduled. Selection Shall Be In The Order Of Preference From The Firms Considered Most Highly Qualified. Questions May Be Directed Only By Email To: Jerry_perry@fws.gov4. Selection Process: Sf 330s Will Be Evaluated In Accordance With The Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Requirement. In Accordance With Far 36.602-3-(c), Three (3) Of The Most Highly Qualified Firms Will Then Be Notified Of The Government's Intent To (or Not To) Hold Discussions/interviews. If Held, Discussions Will Be Held With The Most Highly Qualified Firms In The Form Determined To Be Most Advantageous And Economical By The Contracting Officer. This May Include In Writing, Via Phone Interview, Or In-person Interview Presentations. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked For Selection Based On The Selection Criteria, And The Most Highly Qualified Firm Will Be Selected And Subsequently Sent The Solicitation. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. A Site Visit May Be Authorized For The Highest Rated Firm During The Negotiation Process At No Cost To The Government. If Negotiations Are Not Successful With The Highest-rated Firm, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until An Award Can Be Made Or The Requirement Is Canceled.5. Submission Requirements: All Responding Firms Are Required To Submit Standard Form 330, Architect-engineer Qualifications, Part I And Part Ii. Instructions And Fillable Copies Of The Sf 330 Document May Be Obtained From The Gsa Forms Library Or On-line At Https://www.gsa.gov/reference/forms/architectengineer-qualifications. The Sf 330, Part Imust Clearly Indicate The Office Location Where The Work Will Be Performed, The Qualification Of The Individuals And Subcontractors Proposed To Work On The Contract, And Their Geographical Location.you Must Submit Your Qualifications, And Any Supplemental Information (such As Past Performance, Spreadsheets, Backup Data, And Technical Information), Electronically To Jerry_perry@fws.gov No Later Than: 2:00pm (eastern), Tuesday, January 17, 2025. Email Subject Lines Must Be Labeled: A&e Sol# Doiffb0250021 - Tinkerbell Dam Prep.files Must Be Readable Using The Current Adobe Portable Document Format (pdf). A. Late Sf 330 Submissions Received After The Due Date And/or Time Will Be Handled In Accordance With Far 15.208(b). Please Allow Sufficient Time For Your Sf 330 Package To Be Received Prior To The Proposed Closing Date/time.b. Please See Far 15.207(c) For A Description Of The Steps The Government Shall Take Regarding Unreadable Offers.c. To Avoid Rejection Of An Offer, Vendors Must Make Every Effort To Ensure Their Electronic Submission Is Virus-free.d. Password-protecting Your Offer Is Not Permitted.e. Please Note That The Government Shall Not Accept .zip Files.f. Package Limitations: Sf 330s Shall Be Limited To A Maximum Of Thirty (30), Single Sided, Single-spaced, And Numbered Pages. This Includes A Cover/title Page, Table Of Contents, And Any Other Relevant Information. If More Than Thirty (30) Single-sided Pages Are Submitted, All Pages After Thirty (30) Pages Will Not Be Evaluated. The Font For Text Shall Be Times New Roman 12-point Or Larger.part Ii Of The Sf 330 And Any Contractor Performance Assessment Rating System (cpars) Reports And Past Performance Questionnaires Will Not Count As Part Of The Page Limitations.the Sf 330 Shall Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted.page Limits Apply To The Following Sections Of The Sf 330: Section E - Resumes (limit To 1 Page Per Team Member) Section F - Example Projects (limit To 1 Page Per Project) Section G - Key Personnel Participation In Example Projects (limit 1 Page) Section H - Additional Information (limit This Section To 8 Pages Total) Provide Additional Information Demonstrating The Proposed Team's Qualifications And Past Experience To Fulfill The Contract Requirements.g. All Sf 330 Submissions Must Include The Following Information Either On The Sf 330 Or By Accompanying Document: 1) Cage Code; 2) Unique Entity Identifier (uei); 3) Tax Id Number; 4) Primary Point Of Contact; 5) Email Address And Phone Number Of The Primary Point Of Contact;h. Note: Only Submissions From Small Business Concerns Will Be Acceptable For This Project. To Be Considered, The Firm Must Be Registered In The System For Award Management (sam) Database (www.sam.gov) And Certified By The Sba As A Small Business Concern; Failure To Accomplish The Aforementioned Tasks By The Time The Sf 330 Is Due Shall Result In Elimination From Consideration As A Proposed Contractor.9. Fws Primary Point Of Contact: Jerry W. Perry, Contracting Officer, Email: Jerry_perry@fws.gov.10. Selection Criteria: The Fws Will Utilize The Following Selection Criteria In Descending Order Of Importance To Evaluate Firms:(a) Technical Proposal - Sf 330 Evaluation - Stage I (pre-selection)factor 1 - Professional Qualification(1) Professional Qualifications Necessary For Satisfactory Performance Of Required Services.a. The A&e Firm Must Be Registered And Licensed To Complete Design Work For Projects Completed In The Commonwealth Of Virginia.b. Specific Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm) Of Personnel Proposed For Assignment To The Project.c. The A&e Must Have At Least Five (5) Years Of Engineering Experience.d. Provide Professional License Numbers And/or Proof Of Licensure Of Key Personnel Proposed To Complete Work On The Project.factor 2 - Specialized Experience And Technical Competence(2) Specialized Experience And Technical Competence In The Type Of Work Required:a. Specialized Experience And Technical Competence Will Be Evaluated Based On The Team Members' Knowledge, Both Individually And Collectively As A Team. Experience Should Include: I. Experience And Knowledge Of The Tasks Identified In Paragraph 2 Of This Notice Ii. Facility Upgrades Iii. Construction Inspection Services V. Site Investigations Vi. Life Safety And Certification Services And Reports Vii. Construction And Renovations, Including Demolitionb. Firms Shall Submit Project Information On At Least Three (3) But No More Than Five (5) Designs For Projects That Best Match The Scope Of This Project. Designs Must Be Complete Or Substantially Complete Prior To The Due Date Of This Pre-solicitation Notice Of Intent.c. Describe Processes In Relation To Design Quality Management Procedures, Computer-aided Design And Drafting/building Information Modeling, Building Information Modeling, Equipment Resources, And Any Proposed Subcontractors.factor 3 - Schedule And Capacity(3) Capacity To Accomplish The Work In The Required Time. Provide The Following Items To Demonstrate Capacity:a. Provide Project Lists For Designs In Progress Or Completed By The Personnel Proposed For Assignment To The Project; Indicate How The Team Accomplishes Multiple, Large, And Small Projects Simultaneously, At Different Locations, Within Required Timeframes.b. Provide The Number Of And Types Of Employees (prime And Subcontractor), Including The Availability Of Additional Competent, Regular Employees For Support Of Projects, And The Depth And Size Of The Organization.c. For Any Work Awarded By Fws, Provide Volume Of Work During The Previous 12 Months To The Prime And All Subcontractors.factor 4 - Relevant Past Performance(4) Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. A. Submit The Prime Firm's Past Performance Information To Determine The Degree To Which It Demonstrates The Likelihood It Can Successfully Perform The Requirements Of The Work As Described Herein. Submit Evaluation Information For All Projects Submitted For Factor 2, Specialized Experience, And Technical Competence. If Unable To Obtain A Completed Cpars, Past Performance Questionnaires (ppq) Are Acceptable. Please Utilize The Attached Ppq Document. If Unable To Obtain A Completed Ppq For A Factor 2 Project, Provide The Customer's Contact Information Along With The Contract Information. In The Case Of A Joint Venture, Llc, Or Other Teaming Arrangement Formed For The Purpose Of Competing For This Contract, The Government Will Evaluate The Past Performance Of The Entities That Comprise The Newly Formed Entity. The Government Will Use The Information Either Furnished By The Offeror And Reference(s) And/or Information Obtained From Other Independent Data Sources In Evaluating Past Performance.b. Submit Any Performance Rating Information, Especially For Fws Projects, As Well As Information About The Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness.c. Submit Any Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services.d. For Firms Without A Record Of Relevant Past Performance Or For Whom Relevant Past Performance Information Is Not Available, The Firm Will Not Be Evaluated Favorably Or Unfavorably. However, Firms Must Document Having At Least Five (5) Years Of Experience.e. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified.factor 5 - Location(5) Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of The Criterion Leaves An Appropriate Number Of Qualified Firms Given The Nature And Size Of The Project.a. Firms Must Demonstrate Knowledge Of The Locality Which May Include State Licenses Or Projects Completed For Designs Of Projects Within The State Where The Design Shall Be Constructed.(b) Priced Proposal - Stage Iifactor 6 - Price(1) price. When Requested By The Contracting Officer, And Following Evaluations Of Stage I, Sf 330s, The Offeror Shall Submit A Price Proposal On The Schedule For Each Item. When Completing The Price Schedule Of The Item(s), The Offeror Shall Provide Fully Loaded Labor Rates. Fully Loaded Rates Shall Include Wages, Overhead, General, Administrative Expenses, And Profit.table 1. Rating Evaluation Factors:adjectival Descriptionoutstandingproposal Meets Requirements And Indicates An Exceptional Approach, Understanding And Capability Of The Requirements. Strengths Far Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Very Low.excellentproposal Meets Requirements And Indicates A Thorough Approach, Understanding And Capability Of The Requirements. Proposal Contains Strengths Which Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Low.acceptableproposal Meets Requirements And Indicates An Adequate Approach, Understanding, And Capability Of The Requirements. Strengths And Weaknesses Are Offsetting Or Will Have Little Or No Impact On Contract Performance. Risk Of Unsuccessful Performance Is No Worse Than Moderate.marginalproposal Does Not Clearly Meet Requirements And Has Not Demonstrated An Adequate Approach, Understanding And Capability Of The Requirements. The Proposal Has One Or More Weaknesses Which Are Not Offset By Strengths. Risk Of Unsuccessful Performance Is High.unacceptable Proposal Does Not Meet Requirements And Contains One Or More Deficiencies. Proposal Will Not Result In An Award.neutral (for Past Performance Only)no Recent/relevant Performance Record Is Available, Or The Offeror's Performance Record Is So Sparse That No Meaningful Confidence Assessment Rating Can Be Reasonably Assigned.
Closing Date17 Jan 2025
Tender AmountRefer Documents
411-420 of 466 archived Tenders