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 Pittsburgh, Pennsylvania. Contact the soliciting agency for additional information.

Architect-Engineering Services in support of the National Energy Technology Laboratory ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT- ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE SOLICITATION PACKAGE TO DOWNLOAD. FEDERAL ACQUISITION REGULATION (FAR) PART 36.6 (THE SELECTION OF ARCHITECTS & ENGINEERS STATUTE) SELECTION PROCEDURES APPLY. Architect/Engineer (A/E) services in support of the Department of Energy (DOE) National Energy Technology Laboratory (NETL) are required for a firm-fixed-price Indefinite Delivery, Indefinite Quantity (IDIQ) contract for various types of A/E tasks related to construction projects and renovation or modification of existing facilities. The task orders issued under this IDIQ may include: Feasibility and Engineering Studies; Preliminary Design Services; Detailed Design Services; Construction Inspection Services; Energy and Environmental Management Activities; Value Engineering Activities; Risk Assessment; and Commissioning/Decommissioning. A strong multi-discipline team is required. This team can be comprised of a prime and subcontractors. Only Offerors who can provide the full range of services identified above should respond. The DOE NETL has research facilities in Pittsburgh, Pennsylvania; Morgantown, West Virginia; and Albany, Oregon. In addition, services on an as needed basis may be provided to other DOE off-site facilities for selected NETL supported projects. The principal places of performance will be at the Pittsburgh, Pennsylvania; Morgantown, West Virginia; and Albany, Oregon locations. The period of performance for the resultant contract shall include a two-year base period, and a three-year option period for a maximum of five-years. The maximum contract value may not exceed an aggregate total of $10,000,000.00 over the five-year period. The minimum guarantee for the IDIQ contract shall be $100,000.00 for the life of the contract. Task Orders may be issued between the amounts of $2,500.00 and $2,500,000.00. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. The North American Industry Classification Systems (NAICS) Codes for this procurement are 541330, and the annual small business size standard is $16.5M. This procurement is a 100% SMALL BUSINESS SET-ASIDE. Small businesses may team together or with large businesses, and be eligible for award of a set-aside contract, as prescribed by the Small Business Administration guidelines. The Government may award one or more contracts from this public announcement, but anticipates a single award. The resulting contract(s) shall include the clause FAR 52.217-8, Option to Extend Services. Services may be accomplished in the firm's operating office with the exception of field/subsurface investigations and surveys as required at the specific task order project sites. Limited office space at the NETL facilities may be provided if space is available. Task orders are primarily for the preparation of detailed drawings and specifications, calculations, studies and cost estimates used by the Government for issuance of construction solicitations or for construction support/inspection services. Criterion 1 - Professional qualifications necessary for satisfactory performance of required services (1) Professional qualifications/resumes for key disciplines (i.e. to include, but not be limited to the Business Manager, Project Manager, Architect/Lead Designer, Lead Inspector, Structural Engineer, etc.) will be evaluated on the years and type of experience, level of education, types of degrees, professional certifications and licenses held; and (2) The types and number of projects the firms (or design team members) have worked together over the past five (5) years. Criterion 2 - Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials (1) Specialized experience and technical competence will be evaluated based on the design team members knowledge, both individually and collectively as a team, in Facility & Plant Engineering Design High Performance Sustainable Building Design Historic Preservation Evaluations Information and Communication Technology Modeling Software Construction Inspection Services Siting Studies and Engineering Studies New Construction and Renovations. (2) Firms (or design team members) will also be evaluated on their experience at incorporating sustainability principles into designs and evaluations, descriptions of waste reduction techniques and energy efficiency in facilities designed by the team, as well as familiarity with use of recovered materials on construction contracts per FAR 52.223-9. Criterion 3 - Capacity to accomplish the work in the required time (1) The volume, type, and dollar amount of the firm and design team members to accomplish multiple, large and small projects simultaneously, at different locations, within required timeframes, accomplished in either the public or private sector over the last five (5) years; and (2) The number of and types of employees (prime and subcontractor), including the availability of additional competent, regular employees for support of projects, and the depth and size of the organization so that any necessary expansion or acceleration of project workload can be handled adequately will be evaluated. Criterion 4 - Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (1) The Government will evaluate the firm's past performance and any subcontractor's to determine the degree to which it demonstrates the likelihood it can successfully perform the requirements of the work here in. To be considered recent past performance the contract shall either be currently active or completed within the past five years of the closing date of this synopsis. In the case of a joint venture, LLC, or other team arrangement formed for the purpose of competing for this contract, the Government will evaluate relevant past performance of the entities that comprise the newly formed entity. Relevant past performance includes current or past contracts similar in size (dollar value), scope (type and nature of work), and complexity (duration, and/or risk) to the work described in the herein. The Government will use information either furnished by the Offeror and reference(s) and/or information obtained from other independent data sources in evaluating relevant past performance. For firms without a record of relevant past performance or for whom relevant past performance information is not available, the firm will not be evaluated favorably or unfavorably. Criterion 5 ("Acceptable" / "Unacceptable") - Location in the general geographical area of the project and knowledge of the locality of the project. (1) The geographic location of the operating office shall be located in one of the following counties: MARYLAND: Allegany and Garrett; OHIO: Belmont and Monroe; PENNSYLVANIA: Allegheny, Armstrong, Beaver, Butler, Fayette, Greene, Indiana, Lawrence, Washington, and Westmoreland; and WEST VIRGINIA: Barbour, Brooke, Doddridge, Hancock, Harrison, Marion, Marshall, Monongalia, Ohio, Preston, Taylor, Tucker, Tyler, and Wetzel. (2) The offeror must demonstrate knowledge of OREGON, PENNSYLVANIA, and WEST VIRGINIA code and geographic requirements for designs and evaluations. Examples of demonstrated knowledge may include state licenses or projects completed within these states. The relative importance of the Technical Proposal Criteria is as follows: Criterion 1 and Criterion 2 are of equal importance, and when combined are of more important than Criterion 3 and Criterion 4 when combined. Criterion 3 and Criterion 4 are of equal importance and are more important than Criteria 5. The individual elements that comprise criteria 1, 2, 3, 4, and 5 are not listed in order of importance and will not be individually weighted, but rather will be considered as a whole in developing an overall rating for each criterion. Prospective offerors shall submit their SF 330 -- Architect-Engineer Qualifications Parts I and II in response to the request for qualifications. The SF 330's shall ensure that sufficient detail is provided to highlight the breadth and depth of the firm's experience in each of the evaluation areas. The A/E must demonstrate their and each key personnel's qualifications with respect to the published evaluation criteria for all services. SUBMISSION REQUIREMENTS: The Department of Energy's (DOE), National Energy Technology Laboratory (NETL) is using the FedConnect web portal (found at https://www.fedconnect.net) to disseminate the synopsis, receive questions, and accept responses for this requirement. ONLY RESPONSES SUBMITTED THROUGH FEDCONNECT WILL BE CONSIDERED FOR AWARD. To register, please visit the FedConnect web portal at https://www.fedconnect.net, and click on the link: "Click here to register". Please note that before you can register in FedConnect, you will need a DUNS (http://fedgov.dnb.com/webform) and a System for Award Management (SAM) account (www.sam.gov). You are encouraged to register as soon as possible and should allow at least 14 days to complete these registrations. All questions regarding the content of this synopsis must be submitted electronically via FedConnect. You must register with FedConnect to respond as an interested party to submit questions, and to view responses to questions. Questions and answers will also be posted to the electronic reading room available at the following Web address http://netl.doe.gov/business/site-support. Questions will not be answered over the phone. The Contracting Officer must receive questions regarding the RFP via FedConnect no later than January 18, 2022 by 5:30 PM Eastern Local Tim. The Government reserves the right to not respond to any questions received after this timeframe. Please note - FedConnect is owned and operated by Compusearch Software Systems Inc., not by the Department of Energy and DOE does not provide help desk assistance for FedConnect. For assistance with FedConnect, please contact FedConnect directly: By e-mail: support@FedConnect.net By phone: 1-800-899-6665 (8:00 a.m. to 8:00 p.m., Eastern Local Time, except Federal holidays). Interested A/E firms having the capabilities to perform this work shall submit their response in accordance with the Instruction contained herein. Responses shall only be accepted through FedConnect and must be received no later than January 28, 2022 by 5:30 PM Eastern Local Time. No other notification will be made. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible small business sources may submit the required SF 330 which will be considered by the agency. Electronic files of a large size may take a considerable amount of time to upload. It is your responsibility to allow an adequate amount of time for your proposal submission. You are strongly encouraged to submit your response at least 24 hours before the specified deadline in order to have time to resolve any transmission problems. RESPONSES THAT HAVE A FEDCONNECT DATE/TIME STAMP LATER THAN THE IDENTIFIED DEADLINE WILL BE CONSIDERED "LATE" AND WILL NOT BE REVIEWED OR CONSIDERED FOR AWARD. The Offeror shall be notified that their proposal was determined as being submitted late and was not further evaluated. It is the responsibility of the interested A/E firm, prior to the response due date and time, to verify successful transmission. Interested Architect-Engineer firms must submit the completed SF330 (03/2013) Part I and II for the prime firm and all consultants/subcontracts. The SF330 shall not exceed 50 single pages (5 pages if double sided). All pages shall be single spaced, using 12 point font, 1" margins, and when printed will fit on size 8 1/2 " by 11" paper. The 12 point font is mandatory to ensure readability of the response and is intended for the response body text. It is not the Government's intent to require 12 point font size in headers/footers and/or to require interested firms to redo their graphics or tables to conform to this font size (where applicable). However, readability is at the risk of the interested firm and graphics/tables with less than 12 point font may not be considered in evaluation of the responses if they are not legible and clear to the evaluator. The page limits identified above do not apply to the cover pages, table of contents, glossary(ies), list of acronyms, or cross reference matrix(es). Response pages that exceed the identified page limitation listed above shall not be evaluated and will be removed from the end of the respective file (end of the section counting towards the page limitation; i.e. items excluded from the page limitation such as a glossary appearing at the end of the file will not be removed, only those pages that count towards the page count and that exceed the authorized limit shall be removed). The most highly qualified firm(s) may be required to provide in-person presentations prior to final selection and will be advised accordingly. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Conceptual

Laboratories

$2,500,000.00

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

2 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
219
Active Projects
135
Bidding Soon
1,771
All Active Projects
803
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

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.

July 28, 2022

img_map_placeholder

Multiple Locations, Pittsburgh, PA

Related To This Project


Find better projects. Build better bids. Win.

Get Started 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.