Washington, DC Bids > Bid Detail

AOC Multi-Award E/A IDIQ

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159372033420905
Posted Date: Oct 12, 2023
Due Date: Oct 24, 2023
Source: https://sam.gov/opp/39e4cde518...
Follow
AOC Multi-Award E/A IDIQ
Active
Contract Opportunity
Notice ID
AOCACB23R0122
Related Notice
AOCACB23R0122
Department/Ind. Agency
ARCHITECT OF THE CAPITOL
Sub-tier
ARCHITECT OF THE CAPITOL
Office
ACQUISITION & MATERIAL MAN DIV
General Information View Changes
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Oct 12, 2023 12:28 pm EDT
  • Original Published Date: Sep 14, 2023 02:29 pm EDT
  • Updated Response Date: Oct 24, 2023 04:00 pm EDT
  • Original Response Date: Oct 16, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Nov 08, 2023
  • Original Inactive Date: Oct 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    DC 20515
    USA
Description

Project Overview



The Architect of the Capitol (AOC) is issuing this request for SF330 notice for the procurement of an Engineering Architect- (E/A) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract to perform a variety of architect-engineer services in support of the Architect of the Capitol.



The AOC is responsible for the maintenance, operation, development, and preservation of over 18,400,000 square feet of building space and over 570 acres of land within the United States Capitol Complex and outlying sites. The AOC facilities are organized by jurisdictions which include the House Office Buildings, Senate Office Buildings, United States Capitol Building, Capitol Grounds & Arboretum, Capitol Visitor Center, Library of Congress Buildings & Grounds, United States Supreme Court Buildings & Grounds, United States Botanic Garden, the Capitol Power Plant, and the Office of the Chief Security Officer. AOC maintains facilities in the District of Columbia, Virginia, and Maryland.



E/A services are needed for the United States Capitol Power Plant, its utility distribution system, and AOC-wide heavy infrastructure projects. E/A study & design services are required to consolidate and upgrade the elements for steam, chilled water, and electrical power generation as well as plant, utility distribution, tunnel, and civil infrastructure. This may include development of a phased multi-year construction program approach for future projects, the development of plant standards, engineering studies, environmental surveys and sampling, designs, and engineering services during construction. Services and experience required: Mechanical, Electrical, Controls, Civil, Structural, Commissioning, Environmental, Uptime Institute Tier Analysis, and Utility Distribution for heavy plant infrastructure.



This requirement is anticipated to have an eight (8) year ordering period. The cumulative amount of all task orders against the IDIQ Contract shall not exceed an estimated value of $20,000,000 for each contract. It is the AOC’s intent to award up to three contracts with a shared IDIQ contract value of $60,000,000; however, the shared ($60,000,000) contract value could be split amongst one or two offerors if is within the AOC’s best interest.



The incumbent contractors for the E/A IDIQ Multiple Award Task Order Contract are listed as follows:




  1. Contract Number AOC19C3008

    1. Contractor Name: RMF ENGINEERING, INC., P.C.

    2. Period of Performance: May 7, 2019 to May 6, 2024

    3. $10,000,000 contract ceiling



  2. Contract Number AOC19C3009

    1. WILEY WILSON BURNS & MCDONNELL JOINT VENTURE

    2. Period of Performance: May 7, 2019 to May 6, 2024

    3. $10,000,000 contract ceiling



  3. Contract Number AOC19C3010

    1. Contractor Name: AFFILIATED ENGINEERS INC

    2. Period of Performance: May 7, 2019 to May 6, 2024

    3. $10,000,000 contract ceiling





Project Description



Selected teams of consultant firms shall employ qualified professionals with appropriate registrations and certifications for each service being provided. Architectural and engineering licenses shall be current for the project’s location in one or more of the jurisdictions of District of Columbia, Maryland, or Virginia. The types of services are required to be performed under this contract, refer to Refer to Attachment 1, Statement of Work for the full scope.



Contract Procedures:



THIS IS NOT A REQUEST FOR PROPOSAL. THE FUTURE REQUEST FOR PROPOSAL WILL NOT BE PUBLICLY ISSUED BUT WILL BE ISSUED CONSISTENT WITH FAR 36.



THIS IS A REQUEST FOR STANDARD FORM (SF) 330s ARCHITECT-ENGINEER QUALIFICATION PACKAGES ONLY. THE GOVERNMENT WILL NOT PAY, NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO OTHER REQUEST FOR SF 330s WILL BE MADE. NO OTHER SYNOPSIS TO SAM.GOV IS ANTICIPATED.



Interested E/A firms shall submit a Qualifications Package which comprises relevant overall experience, a management plan, Key Personnel documentation that their team provides all required skills as indicated here within, and evidence of satisfactory past performance demonstrating their capability to successfully execute the requirements of the proposed contract. The AOC will evaluate the qualifications in accordance with the selection criteria listed herein and will short-list the most qualified E/A firms.



This notice constitutes public announcement consistent with the requirements in FAR 36.601-1. Interested prime firms having the capabilities to perform these services must submit a comprehensive Standard Form 330 (SF 330), including all subcontractor/consultant information, in accordance with the Submission Format section, below. Firms will be selected based on demonstrated competence and qualifications for the required work as per their SF 330. The SF 330 can be found on the following GSA web-site: https://www.gsa.gov/forms-library/architect-engineer-qualifications



The Selection Process will be consistent with FAR 36.602 and the selection criteria for this acquisition are listed below. Each selection criteria are to be specifically addressed in narrative format only to clearly show how each selection criteria is formally addressed. Failure to include narrative explanatory information may result in a lower evaluation.



The AOC will short-list the Firms to the most highly qualified E/A firms consistent with FAR 36.602-3(c), with the intent to award up to three (3) firms. As part of this process, each of the selected most highly qualified E/A firms will be invited to participate in an Interview Presentation to the Evaluation Board to highlight their qualifications and present their approach. Presentations will be followed by a question-and-answer period. The presentation and interview will occur virtually, as a video conference call, at a date to be determined. Firms will be given sufficient advance notice to allow their representatives to participate in the interviews or presentations. Refer to Attachment 2 Section 3.8.1 for required participants.



After the interview process is completed, the Government will make the final selections consistent with FAR 36.602-4. Negotiations for IDIQ Firm Fixed Price labor rates will then begin with the top-ranked firms. Award selection will be made based on the results of the Interview Presentations and successful negotiation of rates for the project, and not the SF 330 qualifications from Phase I. If negotiations are not successful with one of the most highly ranked firms, they may not receive an award. The proposed E/A services will be obtained by individual Task Orders issued against the IDIQ contract.



This announcement is open to all businesses regardless of their size. Submitting a SF 330 package as a prime does not preclude the firm from also serving as a subcontractor on another firm's SF 330 package submission. Award of the contract is estimated to occur on or about Q2 of Fiscal Year 2024. If a large business is selected for this contract, it must comply with AOC52.219-3 Small Business Subcontracting Plan regarding the requirement for a subcontracting plan. A subcontracting plan is not required with this SF 330 submittal but will be requested prior to award with the selected firm if applicable. The AOC maintains current small business goals on its website, located at https://www.aoc.gov/about-us/work-with-us/small-business-opportunities



Point of Contact



Darwin Thomas, Contract Specialist, Email: darwin.thomas@aoc.gov



Marcus Sims, Contract Specialist, Email: marcus.sims@aoc.gov



Place of Performance



The E/A’s established design production offices and Project Site.



The work involved in this contract can be performed at Contractor’s facilities, however, Contractors will be required to come onsite for project meetings, field survey work, and other site visits deemed necessary for completion of work under each Task Order.



Project Site



United States Capitol Complex, including remote campuses in Maryland and Virginia. Specific location is determined by each Task Order.



Attachments: There are a total of nineteen (19) attachments for this announcement.



‐ End of Public Announcement AOCACB23R0122 -


Attachments/Links
Contact Information
Contracting Office Address
  • 2nd & D Streets, SW FHOB - Room 264
  • Washington , DC 20515
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >