The RFP Database
New business relationships start here

SUPPLEMENTAL (IDIQ) A-E SERVICES FOR THE NATIONAL ARCHIVES and RECORDS ADMINISTRATION (NARA), NATIONWIDE


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

Supplemental (IDIQ) Architect-Engineer Services for the National Archives and Records Administration (NARA) Nationwide.

This procurement will establish an Indefinite Quantity Indefinite Delivery (IDIQ) Contract to provide design and related services for NARA facilities Nationwide. This contract is national in scope, supporting all existing and future NARA facilities including Presidential Libraries, Regional Archives, Federal Records Centers, the National Archives Building, and Archives II.


Services may be required at any time during a project's development and delivery e.g. planning, design, construction, and operations turnover phases. Services required may include: planning phase feasibility studies, building assessment reports, design programming, design, interior space planning, cost modeling/analyses, code and owner's design review, value engineering management, Post Construction Contract Services (PCCS), record drawings, constructibility design review, construction inspections and tests oversight and post occupancy evaluations. The A-E Firm shall be able to provide any level of design and related services.


The Government has determined the following disciplines and/or consultants to be required: Architectural, Civil, Structural, Mechanical, Electrical, Geotechnical, Interior Design, LEEDS, Sustainable, Laboratories, Food Service, Space Planning, Exhibit Design, Historic Preservation, Fire Protection and Life Safety, Hazard Materials, Security, Communications, Lighting, Acoustics, Cost Estimating, Elevators, Roofing, Landscaping, Construction Management, and Testing/Inspection Services. Since NARA facilities are Nationwide, the A-E Firm must be able to address resource availability nationwide. Joint ventures and extensive use of consultants is anticipated to be required to provide the necessary coverage.


Multiple A-E contracts may be awarded. All services will be procured through the issuance of individual Work/Delivery Orders under FAR 16.5, and Fair Opportunity selection based upon:
Original Qualifications, Experience, Past Performance, Location, and Areas of Specialization, as defined by a separate scope of work, which will include all elements of work deemed necessary for the project(s). The term of the contract(s) shall be for a one (1) Base Year Period, followed by four (4) one-year Option Periods, of $1,500,000 for each Period, for an aggregate maximum dollar value of $7,500,000. Guaranteed Minimum. The Government will order at least $ 25,000 in combined services and deliverables during the Base Period of this contract.


 


The Evaluation Criteria for selection are as follows: I. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (30%) A. Compatibility of the Firm's previous experience to the type of work required herein for Nationwide facilities. - (10%) B. Do the proposed team members have experience with similar facilities (buildings similar to an archives building include libraries, museums, laboratories, etc),- (10%) C. Does the proposed team members have experience with historic or historically eligible occupied facilities? - (10%) II. CAPABILITIES OF FIRM (30%) A. Does the location of team offices, have sufficiency of staff and technical resources available, not committed to other contracts, to undertake this Nationwide contract? - (10%) B. Does the firm have the required organization and leadership to be responsive to the Nationwide contract requirements and possess the ability to coordinate team work among different offices? - (10%) C. Does the team have background to integrate current technologies, LEEDS, sustainable, AutoCAD and BIM, involving: architectural, civil, structural, mechanical, electrical, interior, space planning, laboratories, food service, space planning, historic preservation, fire protection and life safety, hazardous materials, security, communications, lighting, acoustics, elevators, roofing, and landscaping? - (5%) D. Does the firm demonstrate a pro-active effort to achieve the stated subcontracting goals with respect to the level of small, small disadvantaged, and small women-owned business concern participation in the performance of the contract? - (5%) III. PROFESSIONAL QUALIFICATIONS (30%) A. Does the proposed team commit the relevant key individuals in each discipline area to the NARA program? - (10%) B. Does the proposed team have the requisite professional qualifications and experience with the types of facilities envisioned required by this contract- (20%) IV. PAST PERFORMANCE (10%) A. Based on the examples, is the team responsive to the client's needs and does the team comply with performance schedules? - (5%) B. Do the examples submitted by the team indicate cost effective design, effective cost control and an in-place Quality Control Program? - (5%) If selected for an interview, the A-E Firm shall be prepared to discuss all aspects of the Evaluation Criteria indicated above and to demonstrate the ability to fulfill all contract requirements.


Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting completed SF-330 (Parts I & II) along with letter of interest [ONE (1) Copy and ONE (1) CD] to: National Archives and Records Administration, Facilities Division, Space Planning & Projects Branch (BFS), Ronald C. Noll, Contracting Officer, Room 1150, 8601 Adelphi Road, College Park, MD 20740, by 3:30 PM local time on the due date of this notice. The following information MUST be on the outside of the sealed envelope 1) Solicitation Number/Title, 2) Due Date, 3) Closing Time. Late responses are subject to FAR Provision 52.214-7. In SF-330 Part I, Section H, the A/E Firm MUST respond to the FOUR (4) EVALUATED CRITERIA stated in the announcement for this solicitation.


Due to the nationwide coverage of these IDIQs, it is full and open to all business sizes. Large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small, small disadvantaged and small woman-owned firms as part of their original submitted team. Before award of the contract, the A-E (if not a Small Business of $7,500,000 (if classified NAICS 541310) or $15,000,000 (if classified NAICS 541330) gross average over three years) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the National Archives and Records Administration has subcontracting goals of 40% for small businesses, 12% for small disadvantaged businesses, 5% for small women-owned businesses, 2% for veterans owned small businesses, 1.5% for service-disabled veterans owned small businesses and 1.5% for HUB zone small businesses. Award of this Master Contract and Work/Delivery Orders are contingent upon funding approval. Contract procured under the Brooks Act and FAR 36. This is not a Request for Proposal.


Ronald C Noll, Architect, Phone 301-837-3648, Fax 301-837-3656, Email ronald.noll@nara.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP