News

Architectural/Engineering (A/E) Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) Services

Type of document: Contract Notice
Country: United States

Architectural/Engineering (A/E) Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) Services

Agency:
Architect of the Capitol

Official Address:
Ford House Office Building
Second and D Streets, S.W. Washington DC 20515

Zip Code:
20515

Contact:
Jerrod T Whittington, Contracting Officer, Phone (202) 226-1940, Email jwhittin@aoc.gov – John Lingamfelter, Contract Specialist, Phone (202) 226-1639, Email john.lingamfelter@aoc.gov

Link:

Date Posted:
16/08/2018

Classification:
C

Contract Description:
The Architect of the Capitol (AOC) anticipates issuing a Request for Proposal for professional Architectural/Engineering (A/E) Services under Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contracts. The comprehensive scope of the A/E Services shall include Architectural Design; Interior Design; Civil Engineering; Structural Engineering; Historical Landscape Architecture; Preservation Architect; Fine Art Conservator; Architectural Materials Conservator; Planning Services; Mechanical Engineering; Plumbing Engineering; Fountain and Water Display Design; Electrical Engineering; Electronic Engineering; Acoustical, Audio Visual Engineering; Vertical Transportation Engineering; Roofing and Waterproofing Design; Food Service Design; Sustainable Design; Commissioning; Fire Protection; Industrial Hygienist and Certified Industrial Hygienist Services; Security Assessment and Design; Cost Estimating; Building Information Modeling (BIM); Geospatial Services; CAD Services; and Emergency Architectural and Engineering Services.

Details on the required services will be provided in individual work orders. Detailed information on required qualifications and past experience will be contained in the solicitation documents.

The awarded contract base services will include Professional A/E Services with the period of performance for base services at 365 days from contract award. Each Option period will be as follows:

Base Period: April 1, 2019 through March 31, 2020
Option Period 1: April 1, 2020 through March 31, 2021
Option Period 2: April 1, 2021 through March 31, 2022
Option Period 3: April 1, 2022 through March 31, 2023
Option Period 4: April 1, 2023 through March 31, 2024

The IDIQ may be exercised at any time prior to the expiration of the base services period and will include four option years. The cumulative amount of all task orders issued against each IDIQ contract shall not exceed $10,000,000.

The AOC is a legislative branch entity and as such is NOT subject to the Brooks A-E Act as implemented in Federal Acquisition Regulations (FAR) Part 36.6. The AOC will use Two Step, Best-Value Trade-Off process and anticipates awarding up to eight (8) contracts. Both Architecture and Engineering firms will be acceptable as prime contractors, subject to conformance with solicitation requirements.

This acquisition will be based on full and open competition among all sources responding to the Request for Proposal (RFP). A technical proposal as well as price proposal will be evaluated in accordance with the evaluation criteria set forth in the RFP. Competition for issuance of each Task Order is limited to those awardees under this contract. Selected awardees shall be given a fair opportunity to be considered for each Order. Upon determining the need to issue a Task Order, all awardees will be considered equally against the stated criteria and one firm will be issued a request for quote based upon their current AOC workload, expertise and experience for the work in that particular task order. If the firm’s price for the specific task order is not deemed fair and reasonable based on comparison to the Independent Government Estimate, or negotiation efforts have not resulted in a fair and reasonable price, the Government will have the option to open the requirement up for competition between as few as two firms and as many as the maximum number of contracted firms.

This procurement will be solicited using the Tradeoff methodology consistent with FAR Part 15, based primarily on trade-offs between several technical evaluation factors and price, resulting in a best value to the Government. This solicitation is being issued under a Two-Step Request for Proposal. In Step 1 of the selection procedure, interested firms or offerors shall submit certain specific experience, key management personnel, and past performance capabilities demonstrating their capability to successfully execute the requirements of the solicitation. In addition they will specifically document that they will provide all required areas of expertise, and commit to the sources of that expertise. The AOC will evaluate the qualifications and create a short-list of the most competitive offerors to participate in Step 2 of the process. The short-listed offerors will be announced by special notice to the Federal Business Opportunities website. Offerors may be contacted separately to request their approval. In Step 2 of the selection procedure, short listed firms shall submit additional project experience to show the qualifications of their entire team. They will also submit their technical and management approach to a sample project, along with resumes for additional Key Personnel, and pricing information. In addition, oral presentations and site visits to offeror facilities will be held.

This RFP, and any subsequent amendments, will be issued in electronic format only and will be available on or about August 13, 2018 on Federal Business Opportunities (www.fbo.gov). Please be advised the date for solicitation posting is estimated and the actual posting date may be after the estimated date. The anticipated award date is April 1, 2019. Please address all questions in writing to John Lingamfelter, Contract Specialist, via email at john.lingamfelter@aoc.gov. Telephone inquiries will not be acknowledged or accepted.

Sol Number:
RFPGAA180147

Free Tender Search

Search

Recent Posts

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy