Similar Projects
Master Planning for the U.S. Capitol Complex
Design
$1,000 to $25,000,000 est. value
Washington, DC 20515

JBAB Construction Strategic-Sourcing
Term Contract
Design
$80,000,000 est. value
Washington, DC

RFP - Affordable Housing Developer
Term Contract
Bidding
Washington, DC 20036

RFP Design - Southeast Tennis and Learning Center Expansion
Addition, Demolition, Infrastructure
Bidding
$800,000 CJ est. value
Washington, DC 20032

National Guard Bureau, Region 3, Architect and Engineering Indefinite Delivery Indefinite Quantity Contract for Vertical Projects
Post-Bid
$75,000 to $30,000,000 est. value

RFQ - National Capital Seawall A/E IDIQ
Renovation
Post-Bid
$25,000 CJ est. value
Denver, CO 80202

DIA Task Order Construction Contract (DDOC)
Renovation
Results
$1,000 to $30,000,000 est. value
Washington, DC 20340

C--A and E Multi-Discipline for Implementation of Utilities Asset Management Systems for Navy Utilities Located Throughout the Naval Facilities Engineering Command Area of Responsibility, Worldwide.
Results
Less than $50,000,000 est. value

RFP - General Contractor Services
Term Contract
Bidding
Washington, DC 20036

Consultant Services to Produce Traffic Control Plans
Term Contract
Post-Bid
Washington, DC

C--Commissioning Authority (CXA) Services for the EPA
Results
$25,000 to $100,000,000 est. value

RFQ Engineering - Professional (Site Work)
Term Contract
Bidding
Washington, DC 20005

Architectural and Engineering Services
New Construction, Term Contract
Post-Bid
Washington, DC - Fairchance, Fairfield, PA - Arlington, Fort Belvoir, VA

IDIQ A/E Civil Structural NAVFAC Washington
Results
$150,000 to $15,000,000 est. value

RFP - Construction and Project Management Services for World Bank Group HQ
Term Contract
Bidding
Washington, DC 20036

Reported 12/29/2022 12:00 AM
Project Title

RFQ Design - Sprinkler System Improvement

Physical Address View project details and contacts
City, State (County) Washington, DC 20036   (District of Columbia County)
Category(s) Professional Services
Sub-Category(s) Engineering
Contracting Method Competitive Bids
Project Status Bidding, Accepting Qualifications,
Bids Due View project details and contacts
Estimated Value $15,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Project Overview The Architect of the Capitol (AOC) is seeking to procure A/E Services in accordance with the AOC Contracting Manual Section 8.5 A/E Services and consistent with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6 for services to provide a sprinkler design developed with sensitivity to the historic art and architecture of the US Capitol. The new sprinkler design shall minimize visual impact and limit damage to historic fabric. The installation shall be reversible and facilitate maintenance. The A/E shall consider phasing, sequence of work, operational impacts and address the feasibility of construction in a building that is occupied. Project Description A five-year, single award Sprinkler Improvement Design Indefinite Delivery, Indefinite Quantity (IDIQ) contract will provide the AOC with a qualified firm to develop a Program of Requirements, Construction Documents, and Construction Administration Services for the design and installation of a fire suppression system serving sensitive, historic areas of the US Capitol, including floor levels 1, 2, 3 and the basement West Front Offices. It is anticipated that Task 1 Program of Requirements (POR), to be awarded as Task Order 001, will be completed no later than 14 months from contract award. Additional task orders are anticipated for related follow-on work. The A/E shall provide professional services to develop a sprinkler design. The development of a POR and the preparation of construction documents shall be executed through subsequent task orders under this IDIQ. In addition to architectural study and design, shall include but is not limited to code review and analysis, value engineering (VE), life cycle cost analysis, constructability review, concept through design construction documents and specifications, innovative strategies, project communications, post occupancy evaluations, architectural renderings, construction administration and related services, LEED analyses and quality control. The Government intends to award a Construction Administration Services Task Order under this IDIQ. However, if the construction administration services cannot be awarded within the IDIQ's five (5) year ordering period (i.e. schedule slip, delay in LICP funding) the Government reserves the right to sole source award a Contract Administration Services contract to the awardee of this IDIQ. Other required professional services include the following: 1. Interior Design 2. Structural Engineering 3. Historic Preservation 4. Mechanical Engineering 5. Plumbing Engineering 6. Electrical Engineering 7. Electronic Engineering 8. Acoustical, Audio-Visual Engineering 9. Vertical Transportation 10. Roofing and Waterproofing 11. Sustainable Design 12. Commissioning 13. Fire Protection 14. Industrial Hygienist (IH) and Certified Industrial Hygienist (CIH) 15. Security Assessment and Design Services 16. Cost Estimating 17. Additional Services -Building Information Modeling (BIM) -Computer Aided Design (CAD) -Specific required services will be described in the Statement of Work for each individual Task Order. All work shall comply with the applicable codes and regulations as directed by the AOC. -Risk Management Consultant To ensure Sprinkler Improvements Design is performed by the most talented team, the IDIQ will use a procurement approach similar to the Brooks Act. This will allow the AOC to expediently select a firm based on their technical competency, qualifications and prior experience. 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) 330'S 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 330'S WILL BE MADE. NO OTHER SYNOPSIS TO SAM.gov IS ANTICIPATED. Interested A/E firms shall submit a Qualifications Package which comprises of relevant overall experience, a management plan and certain 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 three (3) most qualified A/E firms. This synopsis 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/architectengineer-qualifications The Selection Process consistent with FAR 36.602 will be utilized and the selection criteria for this acquisition are listed below. Each selection criteria are to be specifically addressed not only through the submission of the SF 330s but also in narrative format, 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 a total of three (3) of the most highly qualified A/E firms consistent with FAR 36.602-3(c). As part of this process, each of the selected most highly qualified A/E firms will be invited to participate in an Interview Presentation to the Evaluation Board to highlight their qualifications and present their approach to the Phase One requirement, Task Order 1. Presentations will be followed by a question-and-answer period. The presentation and interview will occur as a tele-conference call, at a date and location to be determined. Firms will be given sufficient advance notice to allow their representatives to participate in the interviews or presentations. It is recommended that the A/E firm's key personnel for assignment on the project be present and actively participate during the presentation. After the interview process is completed, the Government will make the final selection consistent with FAR 36.602-4. Negotiations for IDIQ labor rates and the scope of the Task Order 1, on a Firm Fixed contract type, will then begin with the highest rated A/E firm consistent with FAR 36.606. If a mutually satisfactory contract cannot be negotiated, the contracting officer shall obtain a written final proposal revision from the firm, and notify the firm that negotiations have been terminated. The contracting officer shall then initiate negotiations with the next firm on the final selection list. The proposed A/E services will be obtained by individual Task Orders on a Firm Fixed Price contract type. This announcement is open to all businesses regardless of their size. Award of the contract is estimated to occur on or about April 2023. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. A subcontracting plan is not required with this submittal but will be requested prior to award with the selected firm if applicable. Submission Format: Submissions must conform to Attachment 1 CB19016 Section L (Instructions to Firm). Selection Criteria: Submissions will be evaluated in accordance with Attachment 2 CB19016 Section M (Evaluation Factors for Award). Phase I: Firms responding to this notice will be evaluated and ranked using the selection criteria listed below and as further detailed in Section L. The factors are listed in descending order of importance. The selection criteria evaluation will consider how each factor is addressed and how it is formatted in order to coincide with the selection criteria in accordance with the evaluation criteria in Section M. The selection criteria listed below shall be addressed in Part H of the SF330. 1. Professional qualifications necessary for satisfactory performance of required services. 2. Specialized experience and technical competence in the design of sprinkler and fire suppression systems and/or MEP systems for historic buildings fire suppression. Significant project experience with fire protection, code compliance and alternative compliances methods as they pertain to historic buildings is sought. 3. Past performance on contracts with Government agencies and private industry in terms of cost control, high quality design aesthetics and graphic design, overall quality of work, and compliance with performance schedules. 4. Capacity to accomplish the work in the required time. 5. Location in the general geographical area of the project and knowledge of the locality of the project. Phase II: The short-listed firms will be invited to present their qualifications in person to the Evaluation Board in the form of Interview Presentations. The Interview Presentation instructions and will be provided to these firms at the time they short listed. Each short-listed firm will be evaluated based on their responses to the evaluation criteria during their Interview Presentation. Point of Contact John Lingamfelter, Contracting Officer, Email: john.lingamfelter@aoc.gov Laurie Harvey, Contract Specialist, Email: laurie.harvey@aoc.gov Architect of the Capitol, Design and Construction Acquisition Division, Ford House Building Room H2-537, 2nd and D Streets SW, Washington, DC 20515, UNITED STATES. Place of Performance The A/E'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 Sprinkler Improvements, Washington, D.C. Amendment 002- 16 December 2022 The purpose of this amendment is to update Attachment 17. The method of contractor selection has not been determined at this time.

Details

Division 31 - Earthwork.
Division 32 - Exterior Improvements.
Division 33 - Utilities.
Division 34 - Transportation.
Division 35 - Waterway and Marine Construction.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents