Agency: | UNITED STATES AGENCY FOR GLOBAL MEDIA, BBG |
---|---|
State: | District of Columbia |
Type of Government: | Federal |
Category: |
|
Posted: | Apr 23, 2024 |
Due: | Apr 30, 2024 |
Solicitation No: | 951700-24-R-0014 |
Publication URL: | To access bid details, please log in. |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
Request Number: 951700-24-R-0014
Reference: 1071-24-IQ-00003 & 1071-24-IQ-00004
Title: Request for Qualifications for potential A/E IDIQ Contracts for U.S. Agency for Global Media
This is a Public Announcement in accordance with Federal Acquisition Regulations (FAR) Part 36.6, Architect-Engineer Services (A-E Services). Interested firms shall submit qualifications based on the requirements of this announcement. Upon receipt of qualifications submissions, the U.S. Agency for Global Media (USAGM) Office of Contracts will conduct a technical evaluation in accordance with selection criteria in FAR 36.602.1. If, upon evaluation of these submissions, there are a sufficient number of small businesses with the required demonstrated competence and qualifications, USAGM may consider setting aside for small business, in some capacity, any procurement(s) that stems from this Public Announcement.
This Public Announcement is issued to complete a Brooks Act technical evaluation. It does not constitute a request for proposal (RFP) or a commitment on the part of the U.S. Government to issue an RFP for the A-E Services identified below. Offerors are advised the U. S. Government will not pay for information submitted in response to this Public Announcement for qualifications as articulated in paragraphs (3) through (9) below nor will it compensate Offerors for any costs incurred in the development/submission of its qualifications package.
As noted above, if there is a procurement, 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 possess the required demonstrated competence and qualifications.
The U.S. Agency for Global Media (USAGM) Office of Contracts, anticipates awarding at least two indefinite delivery/quantity (IDIQ) contracts to qualified architect-engineer (A/E) firm-led teams (prime or joint-venture) of licensed professional to provide comprehensive architectural and engineering services.
The U.S. Agency for Global Media (USAGM) mission is to provide safe, secure and functional facilities that represent the U.S. government to the host nation and support USAGM’s staff in the achievement of U.S. foreign policy objectives. These facilities should represent American values and the best in American architecture, design, engineering, technology, sustainability, art, culture, and construction execution.
This Public Announcement covers A/E services for both new construction and modernization projects at the USAGM’s transmitting stations and facilities worldwide. New construction projects may include office buildings, residences, and support and recreational facilities. Modernization projects may include upgrades, renovation and rehabilitation of existing facilities. The estimated construction cost for each project ranges from $250,000.00 to $5,000,000.00.
The USAGM anticipates that one of more offerors will receive an IDIQ contract for A&E Services if USAGM decides to procure these A-E Services Each contract shall consist of a one-year base period with four one-year option periods. The Government guarantees a minimum of $5,000 in task orders over the life of each contract. The total amount of task orders issued under each contact is not expected to exceed $1,000,000.00 per year.
Task orders issued under any IDIQ contract may include, but are not limited to, the following: architectural and engineering studies; analysis of potential new construction sites; analysis of potential new and existing compounds; site utilization studies and master planning; preliminary planning and due diligence; sustainability reports; conceptual and schematic designs; design development; construction documents and specifications; space planning; space programing; furniture specification; graphics and signage design; food service design; environmental and sustainable design; scheduling, budget assessments; cost estimates; life-cycle cost analysis; value engineering; design intent and peer reviews services; construction phase services; and claims analysis. In addition, the following engineering services shall be provided: electrical, mechanical, plumbing, structural, blast, civil, geotechnical, environmental, seismic, technical and physical security, lighting, acoustical, chemical and biological protection, telecommunication, fire protection, value engineering, cost estimating, and vertical transportation. These services shall be performed by professionals who are licensed, registered, or certified, where applicable. Most projects require A/E teams to travel to the project site and develop effective working relationships with local consultants and government officials.
The selected A/E firms shall provide administrative coordination of the various disciplines involved and shall ascertain and work within the US Governments’ requirements and the applicable laws, codes, and standards at the overseas project sites. Knowledge and experience in the preparation of planning, design, and constructions documents employing alternative delivery methods (e.g., design-bid-build, bridging, and design-build) will be required.
Any successful Offeror(s) shall be required to provide design and drawing files that are produced in or compatible with AutoCAD Release 2018. Any software version other than noted will require approval prior to the start of a project.
USGAM’s A-E Services projects deliver excellence through a comprehensive process that aims to represent the best of American architecture, design, engineering, technology, sustainability, art, culture, maintainability, and construction. A/E firms responding to this notice should demonstrate their ability to produce their best possible product based on their design achievements and portfolio of work of similar complexity.
The following process shall be used to determine the qualification and competence of the offerors who submit qualification statements under this Public Announcement:
The qualification statement submissions should be no more than 160 single-faced or -80 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 statement submissions should include the following items, divided into tabbed sections, in the order listed below:
Previous relevant Core Team experience with overseas planning, design, and construction projects; knowledge of foreign building codes, zoning ordinances, and standards, as well as local construction materials and practices; and experience working with local firms shall be demonstrated.
SELECTION OF OFFERORS FOR USAGM’s SHORT LIST
Based on the evaluation of the qualifications submissions and the scores assigned to Offerors in each of the categories listed in paragraphs (3) through (9), a short list of Offerors will be developed. Firms on the short list may be invited to make presentations. In its presentation each Offeror should expect to describe its overarching approach to projects, its methodology in achieving excellence across all disciplines, design innovations, experience with technically complex building types, experience with modular construction, and its team’s ability to successfully navigate projects through the approval processes. Specific questions to be answered in the presentations will be provided to the Offerors in advance of the presentations. (The presentations will be worth 25 points maximum.)
The scores from the evaluation of the qualifications submissions and presentations will be combined and firms with the highest combined scores will be recommended for entrance into negotiations with the Contracting Officer.
Copy of the Prohibited Countries List, from which Offerors may not choose design team members, can be obtained from the Contracting Officer listed in the last paragraph of this Public Announcement. Additionally, citizens of Vietnam and China and dual U.S. Vietnamese and dual U.S. Chinese citizens may not be the Lead Designer or a Principal.
All firms that want to be considered qualified for any future USAGM A-E Services awards 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 Sates persons” requirement will not be considered.
Offeror(s) must complete and submit one copy as part of its qualification package the pamphlet (bound separately), 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 attachment B)
This is not a request for proposal nor is it a design competition. The small business size standard North American Industry Classification System code is 541310, $12.5 million average.
Offerors that meet the requirements described in this Public Announcement are invited to submit their qualifications. Interested Offerors are reminded to submit them via email to RPHernandez@usagm.gov with a copy to dwallace@usagm.gov.
ALL ATTACHMENTS MUST BE CLEARLY LABELED AND SENT IN “PDF FORMAT” AND INCLUDE THE REQUEST NUMBER IN THE SUBJECT LINE. PLEASE NOTE THAT THE TOTAL SIZE OF ALL ATTACHEMNTS MUST NOT EXCEED 23MB.
Offeror’s submissions must clearly indicate request number 951700-24-R-0014. All qualifications (including the statement of qualifications of P.L. 99-399), must be received by 10:00 a.m., Eastern Daylight Time, on or before April 30, 2024. Requests for clarification and information must be received, in writing by email, to RPHernandez@usagm.gov with a copy to dwallace@usagm.gov not later than April 11, 2024. Any clarification or information requests by email or phone received after the aforementioned deadline will not be considered.
Mar 28, 2024 | [Presolicitation (Original)] Request for Qualifications for potential A/E IDIQ Contracts for U.S. Agency for Global Media |
With GovernmentContracts, you can:
...Follow Small Construction Project IDIQ Active Contract Opportunity Notice ID 333011-24-PLN-0005... Classification Original ...
NATIONAL GALLERY OF ART
Bid Due: 5/15/2024
...Follow Small Construction Project IDIQ Active Contract Opportunity Notice ID 333011-24-PLN-0005... Classification Original ...
NATIONAL GALLERY OF ART
Bid Due: 5/10/2024
...Follow Office Building Construction Data and Price Updates Active Contract Opportunity Notice ID... ...
LABOR, DEPARTMENT OF
Bid Due: 5/15/2024
...Contact DCAM-24-CS-RFP-0022 DCAM-24-CS-RFP-0022 - Construction Manager at Risk Services...
District of Columbia
Bid Due: 5/17/2024