This is a Request for Qualifications for A&E Services
The Office of Facilities and Property Management (OFPM) of the National Institute of Standards and Technology (NIST), an agency of the U. S, Department of Commerce, intends to award Indefinite Delivery Indefinite Quantity (IDIQ) task order contract(s) for General Architectural and Engineering IDIQ Services for Gaithersburg, MD and Montgomery County. NIST intends to award up to three contracts for A-E services. The Architectural and Engineering service providers(s) shall assist NIST by providing professional services, including all labor and materials, as required for evaluation and studies planning, demolition of NIST structures, repair and or repair by replacement, modification or reconfiguration, building additions, renovations and or upgrades to NIST facilities, interior design, cost estimates, hazardous material assessment, underground systems regarding campus utility systems and supporting underground systems, roads, sidewalks, surveying, earthwork, landscape design, gates fences and related engineering necessary to support campus environment, ponds, permit applications to regulatory authorities, environmental compliance, and construction quality management.
CONTRACT INFORMATION:
The period of performance shall be five years, with a base award of one (1) year with up to four (4) additional one-year periods. Option year fee rates will be negotiated prior to base contract award. All work and services will be ordered by issuance of individually negotiated firm, fixed price or not to-exceed task orders, ranging in value from $10,000 and $1 million maximum task order award. The guaranteed minimum for the life of the contract, is $5,000. The contract ceiling, cumulative for all contracts, is expected to not to exceed $7.7 million. This is a 100% set-aside for Small Business firms. Small Business firms responding to this solicitation must demonstrate the capability to perform a minimum of 50% of the required work with in-house staff and or work performed by similarly situated entities is counted toward performance of the 50 percent.
PROJECT INFORMATION:
A-E services performed for NIST may include the evaluation, design and engineering services for building architectural renovation, additions, reconfiguration and repairs within the NIST Gaithersburg campus and other facilities located in Montgomery County, Maryland.
1. Architectural specific design tasks may include
Evaluation and studies to include engineering modeling,
Demolition of NIST structures
Repair and/or repair by replacement all aspects of NIST facilities,
Modification/reconfiguration of NIST facilities
Building additions,
Renovations and upgrades to laboratory and scientific research facilities.
Costing estimating
Historical Assessments
Interior design services
Hazardous material assessment
2. Infrastructure (Engineering) projects include
Evaluations and studies
All aspects of a campus utility system and supporting underground structures
Surveying
Roads/sidewalks,
Earthwork and landscaping,
Gates/fences,
Ponds,
Fencing, and related engineering necessary to support a campus environment,
Cost estimating
Permit applications to regulatory authorities
Environmental compliance (State or Federal)
Construction quality management to include but not limited to commissioning services
Hazardous material assessment
3. For architect/engineering drawings prepared by the AE, they shall be prepared using a computer aided drafting system AUTODESK AUTOCAD 2018.
CAD Standards shall be U.S. Army Corps Engineers A/E/C Standard Release 9.0 https://cadbimcenter.erdc.dren.mil/default.aspx?p=a&t=1&i=7
4. No travel beyond within the limits of Montgomery County, Maryland is required.
5. NIST is a customer to the A-E. All Maryland State Laws that apply to Professional Engineers and Land Surveyors in addition to Registered Architects apply to the contractor.
6. A-E shall follow badging procedures noted in the solicitation for Foreign Nationals. All other A-E personnel shall follow HSPD-12 https://www.dhs.gov/homeland-security-presidential-directive-12 and NIST Procedure 240.1.01 ver 1 (Dated 2401.01).
SELECTION CRITERIA:
All work performed shall be under the direct control and supervision of the prime contractor's principal owner, principal partner, or by a professional and experience licensed architect/engineer employed by the prime contractor assigned as the responsible party.
Technical Evaluation: SF-330 Selection Criteria
Part I:
Firms requesting consideration are required to submit a current Standard Form 330 (Rev. 8/2016). Responses shall not exceed 30 pages (each side of a paper counts as a page) in length. SF 330 do not count toward the page limitations. Firms responding are requested to clearly indicate those required services it intends to self-perform and those it intends to subcontract.
Prospective A-E firms will be evaluated based on their demonstrated competence and qualifications for the type of professional services required. The Agency will evaluate each potential A-E firm in terms of this announcement. The selection criteria are listed below in descending order of importance; item one (1) being most important.
Firms who fail to meet the qualifications of Factor one Specialized Experience will not be evaluated on subsequent evaluation factors and will not be considered for award.
FACTOR ONE: SPECIALIZED EXPERIENCE
1. Specialized experience and technical competence of the contractor and its proposed subcontractors performing facilities planning services within the past sixty (60) months.
Laboratories shall be for commercial facilities, federal and state facilities, hospitals, and college/universities. High school and lower school grade laboratories will not be considered.
Provide at least 3 but no more than 5 examples for each subfactor (1a, 1b, and 1c). Offeror shall provide at least one example for subfactor 1d.
All designs shall be completed at time of request for qualifications (RFQ).
a. The contractor shall describe renovations with dates that include commercial window replacements, masonry repairs, and roofing. Roofing designs are for replacement of an existing roofing system and would include design and specifications for new built-up roofs of at least 20,000 SF minimum, including drains, coping and flashing. Built up roofing can either be hot or cold applied.
b. The contractor shall also describe with dates laboratory renovations of at least 2,000 SF which include replacement or new fume hood installation of a fume hood at least four feet in width, new laboratory grade casework, new seamless flooring, and plumbing that includes either eye wash station or safety showers. High school and lower school grade laboratories will not be accepted.
c. The contractor shall describe with dates designs that include laboratory facility mechanical, plumbing, and electrical renovations, upgrades and alterations that include major utility systems, facility construction and reconfiguration, branch circuits of at least 50 amperes at 208V or 480V, 3 phase power for installation of specialized scientific tools, equipment and instrumentation. Provide amperage, phases, and voltages in offer. The contractor shall describe distribution of manifold specialty gasses utilizing at least one of the following (nitrogen, helium, compressed air, or a custom blend) within the lab. Note which gas was in manifold.
d. The contractor shall describe with dates life safety and code compliance of the following: IBC and NFPA analyses, access and egress analyses, fire alarm systems and device designs, NFPA 13 fire suppression system modification calculations and new installations, and hazardous detection systems (radiological or toxic gas monitoring systems). Note which detection system (radiological or toxic gas monitoring system) is being referenced.
NOTE: Professional qualifications will only be evaluated for offerors who met the requirements in factor 1 (1a, 1b, 1c, and 1d).
FACTOR 2: PROFESSIONAL QUALIFICATIONS
Prospective A-E firms will be evaluated based on their demonstrated competence and qualifications for the type of professional services required. Professional qualifications necessary for satisfactory performance of required services including sub-contractors. Resumes (Block E of the SF330) must be provided for all disciplines including consultants. In the resumes, under Relevant Projects at a minimum use the same discipline nomenclature as used in this announcement:
Labor Category
Principal
Senior Architect
Senior Cost Estimator
Senior Civil Engineer
Senior Electrical Engineer
Senior Fire Protection Engineer
Senior Geo-technical Engineer
Senior Laboratory Planner
Mechanical Engineer (Piping)
Senior Mechanical Engineer (Piping)
Senior Mechanical Engineer (HVAC)
Senior Environmental Engineer
Senior Scheduler
Senior Surveyor
Senior Water Proofing Engineer
Senior Structural Engineer
2. Professional qualifications of the contractor and its proposed subcontractors and key personnel, based upon projects completed within the last sixty months. The contractor shall describe its professional qualifications and those of its proposed team (proposed subcontractors and key personnel).
a. The contractors shall identify the roles of its key personnel by provide resumes/SF 330s for its proposed key personnel that include credentials, education, registrations, relevant experience, and the role to perform NIST's requirements (Evaluation criteria 1a, 1b, 1c, and 1d).
b. Offerors will be rated more favorably for the number of personnel who have more experience for factors 1a, 1b, 1c, and 1d. this experience should be identified on SF 330s.
FACTOR THREE: PAST PERFORMANCE
1. Past Performance: On contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedule.
The selection boards shall use performance evaluations data from the Contractor Performance Assessment Rating System (CPARS), in accordance with FAR 42.1501 and may consider credible documentation included in the SF 330. If other data is obtained through other than CPARS and/or the submitted SF330, either favorable or unfavorable, during the entire selection process and prior to award it may be considered.
An A-E firm who has a performed successfully on projects directly related to the evaluation criteria (1a, 1b, 1c, and 1d) within commercial and industrial sector buildings, and laboratory or research facilities would be rated more favorably under this factor.
Evaluation of this factor will be based on information contained in the response to the solicitation and information provided by references. Ensure email addresses and phone numbers are listed for the references.
The panel will evaluate past performance by contacting appropriate references, including NIST references; if applicable. The Government may also consider other information available. In the case of an incomplete record of relevant past performance or for whom information on past performance is not available, the A-E firm will be evaluated neither favorably nor unfavorably
FACTOR FOUR: CAPACITY
1. Capacity of the contractor and proposed subcontractors to accomplish the work within the required time frame. The A-E firm must be capable of timely response(s) and timely deliverables while working on multiple task orders concurrently involving multiple engineering disciplines. Interested firms must be capable of demonstrating they have the capabilities to include adequate staff size to support the capacity to accomplish at least three (3) individual Architect-Engineer service task orders valued at $10,000 to 1,000,000.00 simultaneously.
2. The contractor shall demonstrate its ability to comply with FAR 52.219-14, which requires at least 50 percent of the cost of contract performance incurred for personnel be expended for employees of the small business concern; and or work performed by similarly situated entities is counted toward performance of the 50 percent.
3. Firms shall be within 55 miles of the NIST main campus in Gaithersburg, MD. NIST address is 100 Bureau Drive, Gaithersburg, MD 20899. Offeror shall demonstrate this distance by submitting information (driving) via an internet mapping program. The driving shall begin at the offeror's office to NIST.
SUBMISSION REQUIREMENTS
Interested firms seeking qualification under this announcement must submit a SF 330 Part I and Part II. Firms shall submit a total of five (5) hardcopies of the SF330s in binders with one of the hardcopies labeled as "original copy" and one (1) electronic copy on CD-ROM for the contract file. Responses shall not exceed 30 pages (each side of a sheet counts as a page). SF 330s do not count toward the page limitation.
The print size of a page shall be 8.5"x11". Pages sized as 11"x17" may be used for graphics and charts. Each side of a sheet of paper is a page. Use no smaller than 11 point-font size, except 10-font size for tables, charts and graphics.
The deadline for the submission of qualification and SF 330s and other supporting documentation is no later than May 1, 2019 1:00 PM Eastern Time. Firms submission shall be valid for 120 days from receipt of submission by the Government.
Cover pages, dividers, and blank pages shall not count in the 30-page limitation.
All contractors are advised that registration in System for Award Management (SAM) Database is required prior to award of a contract. Failure to register in the SAM Database may render your firm ineligible for award.
For more information, check the SAM Web site: https://www.sam.gov.
In accordance with the FAR 36.601-4(b), the A-E firm must be a registered/licensed architectural and/or engineering firm to be eligible for award. Provide proof that firm is permitted by law to practice the professions of architecture or engineering, (e.g., state registration number, or a brief explanation of the firm's licensing in jurisdictions that do not register firms, etc.). Failure to submit the required proof could result in a firm's elimination from consideration.
Please submitted all questions to Sandra.smith@nist.gov, the Government will only accept questions from April 18-19, 2019. When submitted question please reference solicitation number: NB195000-19-00193 A-E services.
Firms are responsible for monitoring this site for amendments to the request for qualifications.
Offerors shall hand carry their submission to the following address no later than the date and time specified:
Acquisition Management Division (AMD)
National Institute of Standards and Technology (NIST)
U.S. Department of Commerce
100 Bureau Drive, MS 1640
Building 301, Room B112
Gaithersburg, MD 20899-1640
Attn: Sandra Smith, Contract Specialist
(301) 975-6646
To hand carry submissions visitors must be pre- registrar in the NIST visitor registration system 48 hours prior to the due date for the request for qualifications.
Please send a list of attendees with the following information:
Name:
US Citizen: Yes or No
Company Name:
All visitors 16 years of age and older are required to present an accepted form of photo I.D. and, if bringing a vehicle onto the NIST campus, their vehicle registration card. Not all state-issued driver's licenses can be accepted by NIST. Under the REAL ID Act of 2005, federal agencies, including NIST, can only accept REAL ID-compliant state driver's licenses (https://www.dhs.gov/real-id).
Part II:
Oral Presentation
1. In accordance with FAR 36.602-3, the evaluation board will hold discussions with at least three of the most highly qualified firms (short listed firms). More details related to the presentations will be provide to the firms that are selected to move forward.
2. All short-listed firms shall address the factors in "Part I". The purpose of the oral presentation is to review the qualifications and expertise of the firm.
Fee Proposals
1. Only those firms selected for award will be invited to provide a fee proposal. Firms shall submit along with their fee proposal a copy of audited overhead rate statement prepared in accordance with The Federal Acquisition Regulation (FAR), PART 31 for the prime and their sub-consultants. The audit must be from a Federal, State, Local Government or an independent third-party auditor in accordance with FAR 31. Audit conducted in accordance with Generally Accepted Accounting Principles (GAAP) will not be accepted.