BLOCK PAGE!!!
Get Full Details

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Published February 16, 2024 at 7:00 PM

Updated February 17, 2024

This is a service / maintenance or supply contract in Arlington, Virginia. Contact the soliciting agency for additional information.

This is a Pre-Solicitation Notice - interested companies do NOT need to submit any documentation at this time. The solicitation for qualification packages will be posted on SAM.gov at a later date, please see below for further information. The U.S. Department of State (DOS), Office of the Procurement Executive (OPE) on behalf of the Bureau of Overseas Buildings Operations (OBO), has a requirement for the AE Commissioning Services, providing commissioning services to OBO/DOS Diplomatic facilities worldwide. A Certified Commissioning Professional (CCP), ASHRAE BCxP or Commissioning Authority (CxA) will be required to oversee all commissioning procedures and work. Task orders will consist of a multi-discipline group of licensed Architects and Professional Engineers who will work on assigned projects and travel to site for commissioning activities and testing. The work shall follow the best practices and procedures per ASHRAE Guideline O, including ASHRAE/IES Standard 202 and NIBS Total Building Commissioning Process (TPCxP), ASTM E281. The Government intends on awarding approximately six (6) IDIQ contracts for this requirement. Separate task orders will be issued under these contracts, as necessary, during the execution of the contract to authorize the services. Award selection process/stages: The upcoming solicitation will consist of two (2) stages using the Brooks Act, also known as the Selection of Architects and Engineers statute source selection, (FAR 36.6) as follows: Qualification Stage 1: During this stage, A&E firms interested in providing services for federal projects will submit their qualifications and relevant experience to the procuring agency. Evaluations of these submissions will be based on criteria such as the firm's experience, past performance, technical competence, and staff qualifications Offeror submissions will be evaluated and scored adjectively by a Technical Evaluation Panel (TEP) based on criteria provided in the Stage 1 announcement. Offerors will be ranked, and a short-list of the most highly rated companies will be issued. Companies listed on the short list will be eligible for participation in Stage 2. Selection Stage 2: Request for Proposal (RFP), the most highly qualified offerors as determined in Stage 2 will be issued a formal RFP to submit a pricing proposal. The price proposal will be reviewed by the Contracting Officer for fair and reasonable pricing and compliance with the RFP. At the conclusion of successful negotiations and pending facility clearance confirmation the resultant contract award(s) will be made. Facility Clearance Requirement: In order to be eligible for award, the successful offeror(s) must possess, or be eligible to obtain, a Defense Counterintelligence and Security Agency (DCSA) Secret Facility Clearance (FCL), with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual, DOD 5220.22-M. Additionally, the successful offeror selected for contract award must possess, or immediately obtain an Information System (IS) or standalone computer, approved by DSS, for processing classified information. Performance on the contract will require access to the Department's ProjNet-C, for receipt and transmission of all classified information, and a DCSA-approved classified IS for processing classified information. If an uncleared offeror from the Stage 2 short-list is recommended for selection, the Department of State will sponsor the uncleared firm for an FCL. Firms which form joint ventures must also comply with the above FCL requirements. Sponsorship does not guarantee that the firm will receive the clearance. Foreign firms are not eligible for FCLs. Only U.S. firms organized and operating in the U.S. or Puerto Rico, or a U.S. possession or trusted territory, are eligible for facility clearances. U.S. firms which are determined to be under Foreign Ownership, Control, or Influence (FOCI) are not eligible for an FCL unless actions (as directed and approved by DCSA) can be taken to effectively negate or reduce associated FOCI risks to an acceptable level. The Method of Contractor Selection has not been determined at this Time.

Conceptual

Military

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
449
Active Projects
185
Bidding Soon
2,750
All Active Projects
0
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.

August 15, 2024

Project location map

Multiple Locations, Arlington, VA

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.