The RFP Database
New business relationships start here

Architect and Engineering Services


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

   THIS IS A SOURCES SOUGHT NOTICE FOR PLANNING PURPOSES & MARKET RESEARCH ONLY.
The intent of this notice is to assess industry's small business concerns, including SBA Certified 8(a) Firms, Small Disadvantaged Business (SDB), Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran -Owned Small Business (SDVOSB), Woman Owned Small Business (WOSB), and Economically Disadvantaged Woman-Owned Small Business (EDWOSB), capability and interest in performing this requirement. The Government must ensure there is adequate competition among the potential pool of responsible contractors.
THIS IS NOT A REQUEST FOR OFFERS OR PROPOSALS. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. This is a market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a formal solicitation. The Government is not obligated to and will not pay for information received as a result of this announcement.
If no responses are received from potentially responsible small business sources, the Federal Bureau of Investigation (FBI) under the FAR Part 19.501(b) will have completed its due diligence regarding setting this procurement aside for small businesses and will proceed with procuring this requirement on an unrestricted basis.
The FBI is seeking qualified small business Architect/Engineering (A/E) firms for the Criminal Justice Information Services (CJIS) Division's campus, located at 1000 Custer Hollow Road, Clarksburg, West Virginia (WV), Indefinite Delivery Indefinite Quantity (IDIQ) contract for Architect and Engineering Services. Contractors are required to be located, either by virtue of their main office or satellite office, within an area permitting a maximum of 125 miles or a 2 ½ hour drive time radius from the FBI CJIS location.
The North American Industry Classification System (NAICS) Code for the proposed acquisition is 541310, Architectural (except landscape) Services with a small business size standard of $7.5 million, and 541330, Engineering Services with a small business size standard of $15.0 million. The Product/Service Code (PSC) is C211, Architect and Engineering Services.
The anticipated contract will be procured in accordance with the Brooks Act as noted in the FAR Subpart 36.6. The FBI anticipates the award of an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for A/E Services. The period of performance for the proposed contract will be for one (1) base year with four (4) additional one (1) year option periods. The minimum guarantee amount of $2,000.00 is to be awarded in the base contract period. The estimated maximum contract value (base year plus 4 one-year options) for each contract awarded is anticipated to be $5,000,000.00.
Based on the FBI agency needs at time of award, the GSA reserves:
-The right to award Single Award and/or Multiple Award contracts for the geographic region as specified by the radius parameters as outlined in this notice.
-The right to make adjustments to the FBI procurement strategy as deemed necessary.


Type of Work:
The major function of this proposed contract will be professional services, including but not limited to, pre-design services, Master plans, development of design programs schematic designs, , design development documents, construction documents, preparation of design build request for proposals (RFP's), facility condition assessments, technical studies, standards and specifications preparations, cost estimates and reports; design period services such as system selection, commissioning services, technical solutions, sustainability , value engineering and life cycle operation considerations, technical studies, suggested design solutions or modifications, construction market surveys, constructability and bid-ability reviews; estimate for change orders, construction period services, inspections, construction services such as post occupancy evaluation. Knowledge in local environmental conditions must be demonstrated. When pricing design for task orders over the life of the contract, the Government will require clarification for preparing, producing, and delivering designs, plans, drawings, and specifications that are subject to the AE 6% fee limitation, and those which are not subject to the 6% fee limitation, as prescribed in FAR Part 15.404. therefore, the Government may award an individual task order based on level of effort and negotiated hourly rates which may be included in the 6% fee limitation, not included in the 6% fee limitation, or a combination of both.
Interested Small business parties are encouraged to respond to this announcement by completing the Market Research Questionnaire. Small businesses responding to this Sources Sought are provided the opportunity to demonstrate the following:
-Design/production office(s) located in the primary geographical area.
-Practical knowledge of the primary geographical area specified.
-The ability to meet the professional qualifications necessary for satisfactory performance of required services.
-Primary capabilities and experience, years in business, and disciplines retained on staff.
-Specialized experience and technical competence in the type of work required.
-The capacity to retain the resources necessary to accomplish the work in the required time.
-Past performance on contracts in terms of cost control, quality of work and compliance with performance schedules.
Response to Sources Sought:
Interested parties are encouraged to respond to this announcement by completing the Market Research Questionnaire, and submitting it eTHIS IS A SOURCES SOUGHT NOTICE FOR PLANNING PURPOSES & MARKET RESEARCH ONLY.
The intent of this notice is to assess industry's small business concerns, including SBA Certified 8(a) Firms, Small Disadvantaged Business (SDB), Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran -Owned Small Business (SDVOSB), Woman Owned Small Business (WOSB), and Economically Disadvantaged Woman-Owned Small Business (EDWOSB), capability and interest in performing this requirement. The Government must ensure there is adequate competition among the potential pool of responsible contractors.
THIS IS NOT A REQUEST FOR OFFERS OR PROPOSALS. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. This is a market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a formal solicitation. The Government is not obligated to and will not pay for information received as a result of this announcement.
If no responses are received from potentially responsible small business sources, the Federal Bureau of Investigation (FBI) under the FAR Part 19.501(b) will have completed its due diligence regarding setting this procurement aside for small businesses and will proceed with procuring this requirement on an unrestricted basis.
The FBI is seeking qualified small business Architect/Engineering (A/E) firms for the Criminal Justice Information Services (CJIS) Division's campus, located at 1000 Custer Hollow Road, Clarksburg, West Virginia (WV), Indefinite Delivery Indefinite Quantity (IDIQ) contract for Architect and Engineering Services. Contractors are required to be located, either by virtue of their main office or satellite office, within an area permitting a maximum of 125 miles or a 2 ½ hour drive time radius from the FBI CJIS location.
The North American Industry Classification System (NAICS) Code for the proposed acquisition is 541310, Architectural (except landscape) Services with a small business size standard of $7.5 million, and 541330, Engineering Services with a small business size standard of $15.0 million. The Product/Service Code (PSC) is C211, Architect and Engineering Services.
The anticipated contract will be procured in accordance with the Brooks Act as noted in the FAR Subpart 36.6. The FBI anticipates the award of an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for A/E Services. The period of performance for the proposed contract will be for one (1) base year with four (4) additional one (1) year option periods. The minimum guarantee amount of $2,000.00 is to be awarded in the base contract period. The estimated maximum contract value (base year plus 4 one-year options) for each contract awarded is anticipated to be $5,000,000.00.
Based on the FBI agency needs at time of award, the GSA reserves:
-The right to award Single Award and/or Multiple Award contracts for the geographic region as specified by the radius parameters as outlined in this notice.
-The right to make adjustments to the FBI procurement strategy as deemed necessary.



Type of Work:
The major function of this proposed contract will be professional services, including but not limited to, pre-design services, Master plans, development of design programs schematic designs, , design development documents, construction documents, preparation of design build request for proposals (RFP's), facility condition assessments, technical studies, standards and specifications preparations, cost estimates and reports; design period services such as system selection, commissioning services, technical solutions, sustainability , value engineering and life cycle operation considerations, technical studies, suggested design solutions or modifications, construction market surveys, constructability and bid-ability reviews; estimate for change orders, construction period services, inspections, construction services such as post occupancy evaluation. Knowledge in local environmental conditions must be demonstrated. When pricing design for task orders over the life of the contract, the Government will require clarification for preparing, producing, and delivering designs, plans, drawings, and specifications that are subject to the AE 6% fee limitation, and those which are not subject to the 6% fee limitation, as prescribed in FAR Part 15.404. therefore, the Government may award an individual task order based on level of effort and negotiated hourly rates which may be included in the 6% fee limitation, not included in the 6% fee limitation, or a combination of both.
Interested Small business parties are encouraged to respond to this announcement by completing the Market Research Questionnaire. Small businesses responding to this Sources Sought are provided the opportunity to demonstrate the following:
-Design/production office(s) located in the primary geographical area.
-Practical knowledge of the primary geographical area specified.
-The ability to meet the professional qualifications necessary for satisfactory performance of required services.
-Primary capabilities and experience, years in business, and disciplines retained on staff.
-Specialized experience and technical competence in the type of work required.
-The capacity to retain the resources necessary to accomplish the work in the required time.
-Past performance on contracts in terms of cost control, quality of work and compliance with performance schedules.
Response to Sources Sought:
Interested parties are encouraged to respond to this announcement by completing the Market Research Questionnaire, and submitting it electronically to the contracting office via-email to the following e-mail address: Jennifer.Robinson@ic.fbi.gov . Total submission shall not exceed five (5) pages to include page 1 & 2 of the Market Research Questionnaire. Please submit as one (1) file in .pdf format.
Subject line of the email shall appear as follows: "FBI CJIS AE IDIQ - Sources Sought Response". Information shall be submitted via email, as stated above, by 12:00 Noon, February 27th 2017. Note: Information submitted other than the Market Research Questionnaire, as described, will not be considered.
This Sources Sought announcement/market research questionnaire information will be used for preliminary planning purposes. Respondents will not be notified of the results of the evaluation.
NOTE: All contractors doing business now or in the immediate future with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration in the SAM database is www.sam.gov. All contractors interested in obtaining a copy of the anticipated future solicitation must be registered in the Government Point of Entry (GPE) FedBizOpps (FBO) system at www.fbo.gov.
Any questions regarding this notification should be directed to the individuals listed on this notice.
lectronically to the contracting office via-email to the following e-mail address: Jennifer.Robinson@ic.fbi.gov . Total submission shall not exceed five (5) pages to include page 1 & 2 of the Market Research Questionnaire. Please submit as one (1) file in .pdf format.
Subject line of the email shall appear as follows: "FBI CJIS AE IDIQ - Sources Sought Response". Information shall be submitted via email, as stated above, by 12:00 Noon, February 27th 2017. Note: Information submitted other than the Market Research Questionnaire, as described, will not be considered.
This Sources Sought announcement/market research questionnaire information will be used for preliminary planning purposes. Respondents will not be notified of the results of the evaluation.
NOTE: All contractors doing business now or in the immediate future with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration in the SAM database is www.sam.gov. All contractors interested in obtaining a copy of the anticipated future solicitation must be registered in the Government Point of Entry (GPE) FedBizOpps (FBO) system at www.fbo.gov.
Any questions regarding this notification should be directed to the individuals listed on this notice.


Jennifer L. Robinson, Contract Specialist, Phone 3046255293, Email Jennifer.Robinson@ic.fbi.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP