Search Contract Opportunities

Request for SF-330

ID: NAAJ5732-19-00033 • Type: Special Notice
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: April 22, 2020, 3:57 p.m. EDT

Indefinite Delivery/ Indefinite Quantity (IDIQ) Contract for Professional, Architectural/Engineering (A/E) Services Eastern Region

This contract will be procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented by FAR Subpart 36.6. The Government intends to award up to three Indefinite Delivery/Indefinite Quantity (IDIQ) contract(s) for professional Architectural/Engineering (A/E) services to be performed for the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Project Planning and Management Division - Eastern Region (PPMD-ER) from this announcement. The contract's performance period is for five (5) years. The primary geographical area is roughly the eastern half of the United States consisting of the following states and territories.

Eastern Region

Alabama

Arkansas

Connecticut

Delaware

Florida

Georgia

Illinois

Indiana

Iowa

Kansas

Kentucky

Louisiana

Maine

Maryland

Massachusetts

Michigan

Minnesota

Mississippi

Missouri

Nebraska

New Hampshire

New Jersey

New Mexico

New York

North Carolina

Ohio

Oklahoma

Pennsylvania

Rhode Island

South Carolina

Tennessee

Texas

Vermont

Virginia

West Virginia

Wisconsin

U.S. Virgin Islands

PPMD-ER reserves the right to utilize the A/E Contractor in other locations within the U.S. and its territories on an exception basis. NOAA also reserves the right to award up to three AE IDIQ contracts from this announcement. If the Government decides to create three IDIQ's from this announcement, firms may be individually ranked based on professional capabilities. The Government reserves the right to invite the highest ranked firms, from this announcement, for interviews. Firms not invited to the interview will be debriefed in accordance with FAR 36.607(b). Firms selected for interviews will be re-ranked, after the interviews, based on the selection criteria listed below.

The purpose of the contract is to obtain professional architectural, engineering, and construction management services associated with the repair, renovation, alteration, new construction, facility condition assessments, and expansion of DOC/NOAA facilities that incorporate design excellence and adherence to sound design practices, resulting in projects that meet NOAA's requirements and are delivered in a cost effective and efficient manner. As an environmental agency, NOAA has unique and important stewardship responsibilities and strives to implement its projects and their delivery in an environmentally friendly manner utilizing sustainable design.

Typical A/E services include the following: architecture, engineering (i.e., structural, mechanical/plumbing, electrical, civil, fire protection, geotechnical, sanitary, etc.), laboratory design, environmental assessment, energy design, schedule development, programming, landscape and site development design, energy audits, site investigations/surveys, facility investigation/surveys, surveying (boundary and topographical), preliminary design, cost estimating, economic analyses, value engineering, implementation of USGBC LEED guidelines where appropriate, construction administration/management, commissioning, quality control/assessments, coastal engineering/marine and coastal restoration, seawater systems, peer reviews, and post occupancy evaluations.

Typical projects include: Design of new facilities, design of renovation of facilities, seismic design, seismic design retrofit in existing facilities, fire-life safety design in accordance with applicable codes and NFPA, investigation/evaluation and reporting of existing facility conditions; site investigation including offsite utilities; development and/or design of new construction; repair, alteration, improvement, renovation, and remodeling of existing building exteriors, interior spaces, and building systems and features, such as: mechanical, plumbing, electrical, structural, fire protection, roofing system design, seawater systems, elevator/escalator, and roofing components/systems. Alteration, improvement, renovation, and remodeling of existing historic building exteriors, interior spaces, and building systems and features, such as: mechanical, plumbing, electrical, structural, fire-life safety, elevator/escalator, and roofing components/systems as to new construction of piers and jetties.

Typical facilities include: office buildings, historic structures, warehouses and storage buildings; electronic laboratories; fisheries laboratories; research laboratories, observatories, and wharf/pier structures; educational and visitor centers; and communications installations. Work will be issued by negotiated firm-fixed-price task orders with a cumulative amount not to exceed $3,300,000 per the life of the IDIQ/per IDIQ (Up to three). A minimum of $2,500 in task order work shall be awarded under the contract in the contract period.

To be considered under this solicitation, firms must demonstrate the capability of providing the following minimum requirements:

1) Architectural, civil/structural, geotechnical, seismic design engineering, mechanical, electrical, marine, fire-life safety engineering, and LEED design in conformance to each project jurisdiction;

2) Either the main or a satellite office must be located within the geographic area;

3) Services shall be provided under the direction of an Architect or Engineer licensed in the project jurisdiction.

Selection Criteria: Selection of the firms will be based upon the following evaluation factors, which are listed in descending order of importance:

1) Professional qualifications of the staff to be assigned to the project, with emphasis on key personnel, including consultants and subcontractor personnel;

2) Specialized experience and technical competence in the following: a) type of projects and facilities listed herein, and b) demonstrated knowledge of sustainable design and energy conservation programs and proven success in achieving energy efficiency in facility design (i.e., prescribing the use of recovered materials, and waste reduction);

3) Capacity to accomplish the work in the required time while concurrently working on multiple different projects in geographically diverse locations;

4) Past performance on contracts with Government agencies and/or private industry in terms of cost control, quality of work, and compliance with performance schedules;

5) Location in the general geographical area of the project and knowledge of the locality of the project. This shall incorporate the entire above region.

This is not a request for proposal. Interested firms having the capabilities to perform this work must submit one (1) copy of their Standard Form 330, Architect-Engineer Qualifications, addressing the selection criteria addressed herein, to be received at the email address listed below no later than 5:00 PM, Eastern Standard Time, on Monday, May 18, 2020. Submittals received after this date will not be considered. Submissions shall be limited to a total of 80 pages (single-sided; 40 pages double sided), thus, conciseness and simplicity are encouraged. These forms must be submitted to chris.mackie@noaa.gov.

All Contractors doing business with the Government must be registered with the System for Award Management (SAM). No award can be made to a company not registered in SAM. For additional information on how to register in SAM, please access the following web site: http://www.sam.gov. In order to register, all firms must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be required free of charge by contacting Dun & Bradstreet at 800-333-0505.

The associated North American Industrial Classification System (NAICS) code for this procurement is 541330 Engineering Services. Its associated Small Business Size Standard is $16.5 million.

Posted: April 15, 2020, 2:26 p.m. EDT

Overview

Response Deadline
May 18, 2020, 5:00 p.m. EDT Past Due
Posted
April 15, 2020, 2:26 p.m. EDT (updated: April 22, 2020, 3:57 p.m. EDT)
Set Aside
Small Business (SBA)
PSC
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Fixed Price
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
58% of obligations for similar contracts within the National Oceanic and Atmospheric Administration were awarded full & open.
On 4/15/20 NOAA Acquisition and Grants Office issued Special Notice NAAJ5732-19-00033 for Request for SF-330 due 5/18/20.
Primary Contact
Name
Christopher Mackie   Profile
Phone
None

Documents

Posted documents for Special Notice NAAJ5732-19-00033

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

IDV Awards

Indefinite delivery vehicles awarded through Special Notice NAAJ5732-19-00033

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice NAAJ5732-19-00033

Similar Active Opportunities

Open contract opportunities similar to Special Notice NAAJ5732-19-00033

Additional Details

Source Agency Hierarchy
COMMERCE, DEPARTMENT OF > NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION > DEPT OF COMMERCE NOAA
FPDS Organization Code
1330-000ST
Source Organization Code
100179142
Last Updated
June 2, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 2, 2020