BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Washington, District of Columbia. Contact the soliciting agency for additional information.

*Contract Award Date: March 1, 2019 Contract Award Number: 15F06719D0000896 Contract Award Dollar Amount: not to exceed $50,000,000.00 Contractor Awarded Name: Interior Architects, Inc. Contractor Awarded DUNS: 130517766 Contractor Awarded Address: 500 Sansome St. Suite 8th Floor San Francisco, California 94111 United States The Federal Bureau of Investigation (FBI) has a requirement for Open Ended Task Order Contracts for Architectural, Engineering and Planning (AEP) Services for sites throughout the United States and other locations world-wide as the need occurs. The FBI does, however, anticipate needing the vast majority of services for work planned at and/ or managed from the following FBI Primary Facilities Management Office locations: Washington, DC metropolitan area; Huntsville, AL; Quantico, VA; Pocatello, ID and Clarksburg, WV. AEP services required may include, but are not limited to the following: Advanced Planning and Engineering Studies; Programming; Existing Conditions Surveys and Analysis; Utilities Surveys and Evaluations; Environmental Impact Assessments; Aesthetic and Engineering/ Technical Studies and Evaluations; Geotechnical Investigations; Conceptual Designs; Design Developments; Cost Estimating; Preparation of complete Construction Contract Documents including Drawings and Specifications; Building Commissioning and Construction Phase Support, including but not limited to Inspection and Construction Administration, including Change Order Estimating, and/ or Construction Management Services. In addition, providing full and/ or part-time on-site professional staff at FBI Primary Facilities Management Offices may also be required. Offerors shall be licensed professional businesses engaged in the delivery of architectural, engineering and planning services. Due to the volume of work anticipated at certain locations, the FBI has established two "regions" for which Offerors may compete for award: Region 1: Washington DC Metropolitan Area- Supports the CONUS/ OCONUS except for Huntsville, AL. Offerors with their home (Headquarters) or a major regional office within a 200 mile radius of the J. Edgar Hoover FBI Headquarters will be eligible to compete for award. A home or major regional office is defined as an office where policy is established and where management and control functions for all or a significant part of an Offeror's business is performed. Region 2: Huntsville, AL- Supports FBI work at the FBI Complex at the Redstone Arsenal. Offerors with their home (Headquarters) or a major regional office within a 200 mile radius of the FBI Complex will be eligible to compete for award. A home or major regional office is defined as an office where policy is established and where management and control functions for all or a significant part of an Offeror's business is performed. The FBI anticipates the award of approximately six (6) to eight (8) IDIQ contracts for each region. Of the awards to be made, the FBI is considering setting-aside up to two (2) awards in each region for small business. Architectural and multi-disciplinary firms may submit qualifications as the Prime Offeror. The FBI reserves the right to negotiate with the successful Offerors for each, any, all, or any portion of the services to be provided, or whatever the FBI deems to be necessary, related to or affected by the construction of new facilities or the renovation of existing FBI facilities. The FBI also reserves the right to obtain services from the selected firm(s) for new or existing facilities for the FBI at the primary locations above or any other part of the United States and its territories; and other locations around the world. The FBI specifically reserves the right to separately compete additional AEP services for specific projects, either new facilities, or the renovation of existing facilities, in which the FBI deems it to be in it's best interest, and at the sole discretion of the FBI. The period of performance for contract(s) awarded as a result of this RFQ shall be from date of award for a one-year base period, with four (4) additional one-year options. The following profile codes are identified for the benefit of those AEP firm(s) who are interested in responding to this announcement: A09, A12, B01, C13, C15, C18, D04, D05, E02, E03, E07, E09, E13, G05, H04, I05, L01, O01, P06, P07, S09. AEP firms with two (2) or more qualifying offices shall identify on the SF 330 if they are submitting for Region 1, Region 2 or both regions. If submitted for both regions, provide separate qualifications statements, separately bound, for each. Only those Personnel by Discipline that are employed at the respective locations in which the FBI can reasonably expect to execute all proposed tasks/projects issued under such contract(s) shall be included. Similarly, only previous projects that the responding office has executed, which satisfy the parameters identified within this announcement, shall be identified on the Profile of the Firm's Project Experience, Last Five (5) Years. As a result of the evaluation of the SF330s, the FBI anticipates establishing a short list of the most highly-qualified Offerors. The FBI will conduct office interviews with the most highly qualified Offerors as part of the evaluation process with the potential of the field further narrowed as a result. Security Requirements - Top Secret Facility Security Clearances (FSC) are NOT required to receive award of an IDIQ Contract. The FBI anticipates awarding contracts to Offerors holding FSCs as well as to Offerors that are not yet cleared facilities. All Offerors are required to submit completed Key Management Personnel Listing (KMPL) and Acquisition Risk Questionnaires (ARQ) as shown in attached documents with their SF330s. Offerors receiving award that do not hold a FSC will be required to apply for and obtain Cleared Facility status with the FBI serving as sponsor. Only those firms who complete and hold a FSC will be considered for individual task orders that require, within the Statements of Work, a FSC. Once cleared, awardees will be responsible for sponsoring their own top secret personnel clearance requests when this is required, for example in cases where personnel will be seated in FBI space at one of the FBI Primary Facilities Management Office locations. All personnel scheduled to work on this contract shall be U.S. citizens and shall be required to undergo a security background investigation. Offerors shall explicitly address the following Evaluation Factors within the SF-330: The EVALUATION FACTORS are equal in importance, except for Factor #6 Security Requirements, which is of less importance: Note: The CO has the right to eliminate submittals or ask for clarifications on submittals not meeting these requirements. Evaluation Factor #1: Professional Qualifications of Proposed Team (Firms) Provide professional qualifications of principal offeror and all proposed consultants. Identify if principal offeror is engaged primarily in the practice of architecture or is multi-disciplinary. Identify role of each team member firm and if firms have previously worked together before. Provide organizational chart. If the principle offeror and/or consultants have multiple offices, identify the offices within the respective 200 mile regional radius required to qualify for consideration. For principle offeror and consultants provide business longevity/ history, history supporting government IDIQ contracts, awards and other recognition received by principal offeror and consultants. Offerors will be rated more highly that have well established businesses, are multi-disciplinary or are located in close proximity to consultants, demonstrate proven experience working together and that have previously supported government IDIQ contracts. (Reference SF330, Sections C, D & F) Evaluation Factor #2: Specialized Experience and Technical Competence of Proposed Team (Firms)- Current and previous work within the last five (5) years demonstrating specialized experience with both new and renovation of highly technical facilities such as secure government facilities, laboratories, data centers, office buildings, training centers and housing facilities with estimated construction cost of $5- $100 million. Demonstrate experience with master planning, utilities master planning, programming, existing condition surveys and analysis, environmental impact assessments, geotechnical investigations, preparation of conceptual designs, complete construction documents, cost estimating, building commissioning and construction phase support. Indicate if proposed team member firms have worked together before (or not) and list projects. (Reference SF330 Sections C,D & F) Evaluation Factor #3: Professional Qualifications and Specialized Experience of Proposed Key Personnel- Provide professional qualifications for all proposed key personnel including firm affiliation, years with firms, education, awards and distinctions. At a minimum, provide qualifications for principal-in-charge, project managers, architects, engineers (civil, structural, mechanical, electrical, plumbing, fire protection, communications, etc.), cost estimators, interior designers, construction administrators, etc. Provide roles proposed key personnel played on submitted projects. Indicate which proposed personnel have previously worked together on submitted projects. (Reference SF330 Section E & G) Evaluation Factor #4: Past Performance of Proposed Team- Offerors will have three to five past performance references submit the attached questionnaire directly back to the Government. Each questionnaire submitted will reference a specific project from among those provided under Evaluation Factor #2 (Ref. SF330, Section F). The government will review the projects for relevancy to FBI project types such as technical facilities, government facilities, laboratories, data centers and housing facilities with estimated construction cost of $5- $100 million. The questionnaire requests input on the Offeror's performance to consistently provide quality, error free, design documents, meet performance schedules, provide accurate construction cost estimates, high quality customer relations and service and to work positively on integrated project teams. Offerors will be rated more highly whose past performance questionnaires consistently represent exceptional or good past performance in the above areas on projects highly relevant to FBI project types. Instruction to Offeror: Offeror to fill out Sections 1 & 2 of Past Performance Questionnaire (PPQ) and forward to past performance reference Point of Contact (POC) to fill out remaining portions (Sections 3, 4, & 5). The past performance reference POC shall in turn submit completed PPQ's directly to the CO either via email (JLROBINSON2@fbi.gov), or to the response address listed for communications and submissions within this document NLT the RFQ due date as outlined within the most current copy of this announcement. Evaluation Factor #5: Performance Capability- Address capability to provide services to the extent of Region #1 (CONUS/ OCONUS, except Huntsville) with particular focus on FBI Primary Facilities Management Office Locations and/ or Region #2 (Huntsville, AL). Capability to provide the majority of services from the submitted home or major regional office and consultant offices within the designated 200 mile radius as well as to provide full-time, on-site support services in FBI space at FBI Primary Facilities Management Office Locations. Capability to maintain high quality of work, control costs and meet performance schedules. Demonstrate knowledge of geographic locations. Describe internal processes and procedures employed to ensure successful project completion, within budget and on schedule. Describe capability to execute multiple complex projects simultaneously under short deadlines. Offerors may provide up to twenty (20) pages of supplemental information in addressing this evaluation factor. (Reference SF330 Section H) Evaluation Factor #6: SECURITY- Instructions to Offeror: Offerors shall indicate if the submitting office (Home or major regional office) currently holds a Top Secret Facility Security Clearance (FSC) and if so when it expires. Submit completed Key Management Personnel Listing (KMPL) and Acquisition Risk Questionnaires (ARQ) as attachments to the RFQ Submissions. Describe internal security organization and procedures for processing personnel security requests. (An FSC is not required for award. Offerors scheduled for award but that do not hold a FSC will be required to apply for and obtain Cleared Facility status with the FBI as sponsor. Awardees awaiting FSC will not be eligible to perform certain task orders.) Offerors may provide up to ten (10) pages of supplemental information addressing this evaluation factor, tabbed separately and entitled "Security". The intended schedule of actions for this requirement are: ALL QUESTIONS are to be submitted to the Contracting Officer via E-mail jlrobinson2@fbi.gov by 11:59PM EST on April 26, 2018. Please use to subject line "Question for FBI RFQ 15F067-18-1200-R-0000016). An Amendment to this Request for Qualifications (RFQ) with FBI responses will be released on the FedBizOpps website on approximately May 4, 2018. Written communications and submissions shall be sent to the FBI, 1000 Custer Hollow Rd, Clarksburg, WV 26306 Attention: Jennifer Robinson-Smith, Module E-2. Due to heightened security and scrutiny of mail entering Government buildings, offerors are encouraged to use an express mail courier to reduce possible delays in the delivery of submissions. No Hand Deliveries Will Be Accepted by the Fbi. Submissions must identify offeror name, address, telephone number and point of contact name. The FBI Point of Contact is: Jennifer Robinson-Smith, Contracting Officer, telephone number (304) 625-5293, jlrobinson2@fbi.gov.

Design

Military

$50,000,000.00

Public - Federal

Service, Maintenance and Supply

We’ve obtained documents for this project and are currently processing them.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
155
Active Projects
75
Bidding Soon
2,012
All Active Projects
872
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

September 12, 2019

img_map_placeholder

Multiple Locations, Washington, DC

The best commercial construction data available. Period.

Access Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.