Worldwide AE Support Services IDIQs

expired opportunity(Expired)
From: Federal Government(Federal)
19AQMM20R0054

Basic Details

started - 06 Feb, 2020 (about 4 years ago)

Start Date

06 Feb, 2020 (about 4 years ago)
due - 04 Feb, 2020 (about 4 years ago)

Due Date

04 Feb, 2020 (about 4 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
19AQMM20R0054

Identifier

19AQMM20R0054
STATE, DEPARTMENT OF

Customer / Agency

STATE, DEPARTMENT OF (6498)STATE, DEPARTMENT OF (6498)ACQUISITIONS - AQM MOMENTUM (1488)
[object Object]

SetAside

SBP(Partial Small Business Set-Aside (FAR 19.5))

Attachments (6)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

2020 Worldwide AE Support Services IDIQs RFP 19AQMM20R0054February 6, 2020 change just to extend the INACTIVE NOTICE DATE only.  NO other changes/updates are being made.***** PLEASE SEE THE ATTACHED DOCUMENTS *****Please see the Amendment A01 announcement posted in Attachments.The First Set of Questions and Answers to questions submitted through December 31, 2019 is posted in Attachments. The remaining Set of Questions and Answers to questions submitted through January 21, 2019 (starting on page 15 of the document) is posted in Attachments.  No further clarifications or requests for information are accepted.The U.S. Department of State (DOS), Office of the Procurement Executive Acquisitions Management (A/OPE/AQM), on behalf of the Bureau of Overseas Buildings Operations (OBO), anticipates awarding at least two indefinite delivery/indefinite quantity contracts to qualified architectural/engineering (A/E) firm-led teams (prime or joint venture) to support the Department's planning,
design, construction, facility rehabilitation, system replacement, physical and technical security upgrade, construction and renovation of communications facilities (information management and emanation security systems), and building maintenance projects and programs at various worldwide Foreign Service posts, as well as OBO offices in the Washington, DC metropolitan area.The small business size standard North American Industry Classification System code is 541330, $16.5 million average. The procurement may be set-aside, in some capacity, for small businesses. The decision will be based on whether a sufficient number of small business enterprises are determined to be the most highly qualified offerors, at the conclusion of the Stage 1 technical evaluation.This announcement covers:I. Professional Support Services: The Support Services Contractor’s scope shall include, but not be limited to, the preparation of facility assessments and comprehensive maintenance plans; architectural, interiors, and engineering studies; signage and wayfinding plans; master plans; design; construction specifications development; construction contract statements of work; cost estimates for design and construction; operation and planning support services; data integration; engineering feasibility studies; construction environment profiles; business assessment validations; historic structures and landscapes reports, blocking and stacking diagrams; site utilization studies/plans; life-cycle analysis; CADD, BIM, and site data archive services; R&D efforts related to building technology; QA/QC initiatives including training; the review of design documents prepared by others; studies and analyses; architectural and engineering forensics services; and, facility, project, and construction management services.  Although no complex interdisciplinary services are required under this contract, limited physical and technical security design for security and surveillance systems, special forced entry and ballistic resistant construction, and communication centers and their associated systems may be required.Contract Support Services shall include the following disciplines, at minimum: architecture, historic preservation,  landscape architecture, interior design, environmental graphic design, graphic design, electrical, mechanical, fire protection, structural (including blast/seismic), climate security specialist (resiliency), civil/geotechnical engineering, planning, cost estimating, data analytics, facility management, project management, building envelope specialist, building forensics specialist, and construction management.II. Constructability Review of Design Documents:The Support Services Contractor shall review design documents from a construction perspective. The contractor shall advise, assist, and make recommendations to OBO and the A/E in the ongoing development of plans, design, drawings, and specifications with respect to construction performance, project schedules and components of the critical path. The contractor shall participate in the Integrated Design Review (IDR) process through independent review of the 35%, 65% and 90% Design phases.III. Construction Critical Path with Schedule and Risk Narrative The Support Services Contractor shall recommend the required period of construction for the project as designed, and identify the major risks and their potential impact to the project period of performance.  If in the course of such activities, the Contractor determines that a change in the availability or delivery for any material, equipment, or labor will significantly impact the anticipated project completion date, he shall promptly inform OBO of such change, the reasons for the change, and recommend measures to maintain the project schedule.IV. Project Budget AnalysisThe Support Services Contractor shall review the A/E generated cost estimate and recommend the methods, techniques, systems, materials, and “value engineering” ideas which will maximize cost savings to keep the estimated price for the Project within the Construction Budget or to minimize overall construction duration.Teams responding to this announcement must be professionally licensed within their discipline, have demonstrated experience coordinating the participating disciplines, working with applicable U.S. laws, codes, and standards, and other U.S. Government requirements.Each contract shall consist of a one-year base period with four one-year optional service periods.  The Government guarantees a minimum of $50,000 in task orders over the life of each contract.  The total amount of orders issued under each contract shall not exceed $10,000,000 per year.OBO utilizes accredited web-based Extranet systems (ProjNet and ProjNet-C) for the secure exchange of DOS design/construction data. These services will be initiated to selected contractors with their first task orders. All drawing files that are produced must be in or compatible with AutoCAD Release 2018 or higher and REVIT Architecture 2018.Department of State projects shall demonstrate the value of true integrated design that balances aesthetics, cost, constructability and reliability.A two-stage process shall be used in the award selection, as follows:In Stage 1, prospective offerors will submit portfolios of accomplishment that establish their design, project and program support, and leadership capabilities as the Lead Team and the key discipline core team members that would be responsible for the direction of task orders under this is support services contract.  Offerors will be point-scored by a Technical Evaluation Panel (TEP) based on criteria provided in this announcement.  Offerors will be ranked and a short-list issued for consideration in Stage 2.In Stage 2, upon notification, the short-listed offerors will assemble their technical teams and submit detailed information as to their proposed team, management plan, past performance, program support, construction documents, and relevant submittals. The Stage 2 evaluation criteria and will only be provided to the short-listed offeror(s) and will be reviewed by the Technical Evaluation Panel (or Pre-Selection Board).  The short-listed offerors may also be required to make presentations to the TEP.  The TEP will make a determination of the most highly qualified team consistent with the announced evaluation criteria and will recommend offeror(s) for award.STAGE 1 SUBMISSION REQUIREMENTS AND EVALUATION CRITERIAOfferors that meet the requirements described in this announcement are invited to submit the required Stage 1 documents.Offerors shall provide one original plus one copy in printed form, and one electronic copy in PDF format on compact disc.  PDF shall be identical to the printed version and book marked by section, if applicable.  DOS may review either the electronic or the printed submittal; therefore, both formats shall be complete and identical to each other.The Stage 1 submission shall include the following items, divided into tabbed sections in the order listed below. For the purposes of this evaluation, the core team is comprised of the following twelve disciplines: (1) site planning and landscape architecture (2) architecture and master planning (3) space planning and interior design (4) mechanical engineering (5) civil and structural engineering (6) electrical engineering (7) sustainability (8) physical and technical security (9) project management (10) pre-construction management (11) Graphics and (12) Analytics.The assembled content for the Stage 1 submission shall be no more than 80 single-faced or 40 double-sided pages (exclusive of tabbed divider sheets and cover letter) in an 8 ½” x 11” format.  The primary text font size shall not be smaller than 10 pt.; photo titles, subtext, etc. shall not be smaller than 8 pt. The Stage 1 submission is to include the following items, divided into tabbed sections in the order listed below:(1) Cover Letter.  Provide a cover letter referencing this beta.SAM.gov announcement to which the offeror is applying, briefly describing the A/E team and its location, organizational makeup, and noteworthy accomplishments. Include the firm’s point of contact name, phone number, fax number, and email address. Clearly identify the business DUNS number and size status (small, large, 8(a), women-owned, etc.) in the cover letter.  Offerors shall be considered large businesses if the business status is not provided.(2) Standard Form 330. Standard Form 330 Architect-Engineer Qualifications, Part II only.   Identify the individual, firm, partnership, corporation, association or other legal entity permitted by law to practice the profession of architecture or engineering that will have contractual responsibility for the work. Proposed team information (requirements 3, 4, and 5) may be documented in this stage using Standard Form 330, Part I, Sections A through H, but it is not required. Offerors may find a copy of the SF330 at the following website: https://www.gsa.gov/forms-library/architect-engineer-qualifications.(3) Leadership of Multi-Disciplinary Services (20 points maximum). Provide a narrative describing the offeror’s philosophy of design, project and program support, challenge of public and international architecture, integrated design leadership, and their commitment to integrated, sustainable, and high-performance projects.(4) Design and Engineering Innovation (30 points maximum).  Submit a portfolio representative of the Lead Team members’ abilities to provide design innovation and/or project and program support in problem-solving.  Offerors shall submit a portfolio of not more than five examples.  Project examples shall be designed and fully constructed in the last ten years (maximum of 5 pages per example.)  Examples of program support efforts shall be fully implemented within the past 10 years (maximum 5 pages per example).  The narrative shall address the approach and problem-solving process. Examples for each innovation, solution, or process should discuss the challenges and how the client’s program, need, functional, or operational objectives benefitted.  This section of the submission must cite professional affiliation awards, peer-based professional or industry awards, and provide a client reference contact for each project, including name, title, address, email, phone, and fax numbers.  A representative diagram or other appropriate drawings, and a minimum of two photographs must be included for each example.(5) Core Team Lead Discipline Member Profiles (50 points maximum).  Identify Lead Team members of the ten core disciplines and submit a biographical sketch (maximum of three pages per person) including education, professional experience, and recognition for design or engineering efforts inclusive of the portfolio examples.  Identify and describe areas of responsibility and commitment to each project.Under Separate Cover to be included with Stage 1 Submission:The Omnibus Diplomatic Security and Antiterrorism Act of 1986. Firms being considered for award under this acquisition are limited to "United States Person" offerors, as defined in the Act. The offeror(s) must complete and submit one copy as part of its qualification package the pamphlet (bound separately – not subject/considered in page count limit mentioned in above section), Certifications Relevant to Public Law 99-399, Statement of Qualifications for Purpose of Section 402 of The Omnibus Diplomatic Security and Antiterrorism Act of 1986. (The pamphlet is attached to this announcement and may also be obtained from the Contracting Officer listed at the end of this notice.) A firm being considered for award must meet the definition of a “United States person” of P.L. 99-399, Section 402 thereof, as follows: (1) be legally organized in the United States more than five years prior to the issuance of a request for proposal; (2) have its principal place of business in the United States; (3) have performed within the U.S. administrative, technical or professional services similar in complexity, type of construction, and value of the project being solicited; (4) employ U.S. citizens in a least 80 percent of principal management positions in the U.S.; and (5) have existing technical and financial resources in the U.S. to perform the contract.  Firms not meeting the “United States persons” requirement will not be considered.The short-listed offerors will be notified in writing and requested to submit more detailed information including sub-consultants for Stage 2 evaluation. The government will provide detailed evaluation criteria for both the Stage 2 submission and the interview at an appropriate time after the short-listed firms from Stage 1 are announced.This is not a request for proposal.  Since a contract may result in an award over $500,000, large businesses will be required to submit a small business subcontracting plan prior to contract award.  The small business size standard North American Industry Classification System code is 541330, $16.50 million average annual receipts.Selection shall be in accordance with the Brooks Act, P.L. 92-582 (40 U.S.C. 1101-1104).  After the successful offeror(s) has been selected, the resultant contract award will be dependent on the conclusion of successful negotiations. Security Clearance. In order to be eligible for award of this contract, the successful offeror(s) must possess, or be eligible to obtain, Defense Counterintelligence and Security Agency (DCSA) Secret facility security clearance (FCL), with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual, DOD 5220.22-M.  Personnel requiring access to classified information or Controlled Access Areas (CAAs) at DOS locations must possess a Secret personnel security clearance issued by DCSA. Additionally, the successful offeror selected for contract award must possess, or immediately obtain an Information System (IS) or standalone computer, approved by DCSA, for processing classified information.  Performance on this contract will require access to the Department’s ProjNet-C, for receipt and transmission of all classified information, and a DCSA-approved classified IS for processing classified information.  All Offerors shall submit their appropriate Commercial and Government Entity (CAGE) Code with their Stage 2 submissions. If an uncleared offeror from the Stage 2 short-list is recommended to the Director for selection, the Department of State will sponsor the uncleared firm for an FCL.  Firms which form joint ventures must also comply with the above FCL requirements  Sponsorship does not guarantee that the firm will receive the clearance.Until the selected firm has been issued at least an Interim Secret FCL, and received DCSA approval to safeguard classified documents, they will not receive any classified portions of the requirements package.  A period of 120 calendar days, from the date of sponsorship, will be allowed for an uncleared contractor to obtain a Secret FCL.  If the firm has not obtained the FCL after 120 days, the Government may terminate negotiations with the offeror and may move to select another short-listed firm for award.Foreign firms are not eligible for FCLs.  Only U.S. firms organized and operating in the U.S. or Puerto Rico, or a U.S. possession or trusted territory, are eligible for facility clearances.  U.S. firms which are determined to be under Foreign Ownership, Control or Influence (FOCI) are not eligible for an FCL unless actions (as directed and approved by DCSA) can be taken to effectively negate or reduce associated FOCI risks to an acceptable level. This process often takes more than the 120 calendar days allotted for clearance.  Information on the clearance process can be found on the DCSA website, at http://www.dcsa.mil.Certain team subcontractors/consultants may also require FCLs and personnel security clearances.  The Department of State may sponsor one uncleared design subcontractor/consultant, at the request of an uncleared short-listed firm.  Any other uncleared team subcontractors/consultants must be sponsored by the short-listed firm, only after that firm receives its own FCL. A copy of the Prohibited Countries List, from which offerors may not choose team members, can be obtained from the Contracting Officer listed in the last paragraph of this announcement. Offerors are advised that inaccurate or incomplete submissions, or those not meeting the submission requirements, may result in immediate disqualification.  Offerors are advised that the government will not pay for information submitted in response to this announcement, nor will it compensate offerors for any costs incurred in the development/submission of its qualifications package.All Stage 1 submissions (including one hard copy, separately bound, of the statement of qualifications of P.L. 99-399), must be received by 1:00 p.m., Eastern Standard Time, on Tuesday, February 4, 2020.  The mailing address, including hand-delivery and courier service (Federal Express, UPS), is as follows:  Ms. Jillian Savage and Ms. Lori Botkin, U.S. Department of State, Office of the Procurement Executive Acquisitions Management (A/OPE/AQM), 1735 North Lynn Street, Room 425B, Arlington, VA 22209.Requests for clarification must be received, in writing, by Ms. Jillian Savage and Ms. Lori Botkin, not later than 2:00 p.m., Eastern Standard Time, on Tuesday, January 21, 2019.  The e-mail address to submit clarification questions is AE@state.gov.  Clarifications received after the deadline, and telephone requests for information, shall not be accepted.  

USALocation

Place Of Performance : USA

Country : United States

You may also like

AE MEP IDIQ INDIANA FACILITIES - 6 MONTH EXTENSION

Due: 07 Sep, 2026 (in about 2 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

HANOIOBO _ GEOTECHNICAL SUPPORT SERVICES FOR NEC-CONTRACT

Due: 30 Oct, 2024 (in 6 months)Agency: STATE, DEPARTMENT OF

HEHO - FIRE PROTECTION ENGINEERING SUPPORT AGAINST WASO IDIQ

Due: 31 Jul, 2024 (in 3 months)Agency: NATIONAL PARK SERVICE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541330Engineering Services
pscCode C219Other Architect and Engineering Services