Maryland Bids > Bid Detail

ARCHITECTURAL SERVICES FOR MASTER PLANNING AND ASSOCIATED STUDIES IDIQ

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159027679694282
Posted Date: Jan 3, 2024
Due Date: Feb 15, 2024
Source: https://sam.gov/opp/d7b2256ab3...
Follow
ARCHITECTURAL SERVICES FOR MASTER PLANNING AND ASSOCIATED STUDIES IDIQ
Active
Contract Opportunity
Notice ID
1333ND24QNB190033
Related Notice
Department/Ind. Agency
COMMERCE, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY
Office
DEPT OF COMMERCE NIST
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 03, 2024 02:32 pm EST
  • Original Published Date: Dec 07, 2023 02:44 pm EST
  • Updated Response Date: Feb 15, 2024 01:00 pm EST
  • Original Response Date: Jan 30, 2024 04:30 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 07, 2024
  • Original Inactive Date: Dec 07, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Gaithersburg , MD 20899
    USA
Description View Changes

ARCHITECTURAL SERVICES FOR MASTER PLANNING AND ASSOCIATED STUDIES IDIQ



NOTICE DETAILS



Procurement Type:



Presolicitation



Posted Date:



12/07/2023



Title:



ARCHITECTURAL SERVICES FOR MASTER PLANNING AND ASSOCIATED STUDIES IDIQ



Classification Code:



C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER



NAICS Code:



541310 -- Architectural Services



Is this a recovery and reinvestment act action?



No



Response Date:



2/15/2024



Set Aside/Size Standard



This requirement is 100% set-aside for Small Business. The North American Industrial Classification System (NAICS) code for this acquisition is 541310, Architectural Services and the size standard is $12,500,000.



Agency/Office:



National Institute of Standards and Technology (NIST)



Location:



The Gaithersburg campus address is: 100 Bureau Drive, Gaithersburg, MD 20899.



The Boulder campus address is: 325 Broadway, Boulder, CO 80305.



Scope and description of services



The Office of Facilities and Property Management (OFPM) of the National Institute of Standards and Technology (NIST), an agency of the U. S, Department of Commerce, intends to award Indefinite Delivery Indefinite Quantity (IDIQ) task order contract(s) for Architectural Services for Master Planning And Associated Studies. NIST owns and manages five campus locations nationwide. NIST may require the Contractor to perform services at any of the NIST sites. These sites are located in Gaithersburg, MD; Boulder, CO; Erie, CO, Ft. Collins, CO and at Kekaha on the island of Kauai in HI. Although NIST may require the Contractor to perform services at any of the NIST campus sites, the Gaithersburg and Boulder campuses will serve as the predominant locations for the services. The National Telecommunications and Information Administration (NTIA)/International Trade Administration (ITA) Table Mountain Field Site, located in Longmont CO, shall also be included as a location to perform services. NIST intends to award up to three contracts for A-E services. NIST reserves the right to contract with either more firms or fewer firms if it is in the best interest of the Government.



The purpose of this Master Planning IDIQ is to provide the required services to assist in strategic planning for NIST’s aging facilities on any and/or all its campus locations.



PROJECT INFORMATION:



The Contractor shall provide all management, supervision, labor, supplies, equipment and facilities to develop and deliver contractor services for the following requirements.



1. Space Utilization Studies - Comprehensive space analysis including organizational distribution of space (space assignments), overall space occupied by each organization, identification of support space, joint use space, space types, utilization rates by space, building, and organization. Provide space consolidation strategies and recommend more efficient utilization of space.



2. Master Planning - Urban design and campus planning services for the development and updating of NIST Master Plans. As part of the Master Plans, the Contractor shall provide: a program analysis and definition of the planning approach; an overview of the regional setting; an analysis of the existing campus natural and man-made environment; alternative development concepts and standards for future development; Preliminary Draft, Draft, and Final Master Plans based on the selected Master Plan alternative; and, specific site element recommendations, such as signage, and other streetscape improvements. Also required shall be the preparation of an Environmental Assessment and/or an Environmental Impact Statement and/or GHG, Clean Energy, or Sustainability Assessment for each Master Plan to satisfy the NEPA.




  1. Boulder Master Plan: https://www.nist.gov/ofpm/nist-boulder-master-plan

  2. Gaithersburg Master Plan: https://www.nist.gov/ofpm/nist-gaithersburg-master-plan





3. Programming - Program of Requirements (POR) that accurately reflects spatial, functional and operational requirements for a specific program or organization. Applying space standards approved by NIST, and utilizing questionnaires/interviews, the POR will articulate space needs, adjacency requirements, operational and performance requirements, sustainability and GHG impacts, as well as site and security requirements.





4. Performance Specifications - Associated with the above noted Program of Requirements and/or stand-alone documents that provide systems descriptions and performance (operational and quality) characteristics using the standard UniFormat II structure. The nature of the performance required may be defined by the desired outcome or by reference to standards. NIST may use the performance specifications, with a POR, as the basis of a future Design Build solicitation.





5. Concept Studies – Conceptual architectural design studies for new facilities and renovations. Supporting mechanical, electrical, plumbing, structural, IT, and site/civil and landscape planning studies shall be included as required.



6. Feasibility Studies – Existing building analysis and condition assessment including the capacity of the facility to meet the programmatic requirements. Conceptual studies to explore and demonstrate appropriateness of facility to meet requirements. Architectural, engineering, infrastructure GHG reductions, impact to the Net-zero requirements, and site systems shall be included.





7. Cost Estimating – Concept level project budget estimates, detailed program or project cost estimates, life-cycle cost estimates (identification of all cost elements from initial concept through operations, support, and disposal.) For Programs of Requirements, NIST requires cost estimates in the ASTM UniFormat II, developed to Level 3.





8. Business Case Analyses (Cost Benefit Analyses) – Comparative analysis that presents facts and supporting details among competing alternatives. It shall consider life-cycle costs as well as quantifiable and non-quantifiable benefits.





9. Environmental Planning and Analyses (NEPA compliance and documentation) – Project, program, or site-wide environmental analysis to determine NEPA compliance level (Categorical Exclusion, Environmental Assessment, Environmental Impact Statement), and accompanying documentation.





10. Transportation Planning & Studies – Specialized studies regarding all modes of transportation (traditional and electric vehicle (EV)) at a project level, within a NIST site, a NIST site related to the surrounding community and environment, and/or on a regional level as it pertains to NIST.





11. Site Planning Studies – Specialized site studies pertaining to a portion of a NIST site, or a specialized campus-wide study including landscaping, signage, land use, natural resources, storm water management, utility infrastructure, security, etc.





12. Space Planning – Space planning for office, laboratory, and support spaces including space planning studies for improving office utilization rates.





13. Security Studies – As related to physical facility or campus security analysis and design.





14. Cultural Resource Planning and Support Services – Specialized studies and/or support for the National Historic Preservation Act of 1966 and as Amended (NHPA) Section 106 Consultations, development of Memorandums Of Agreements (MOAs), Programmatic Agreements (PAs) and special projects. NHPA Section 110 survey work and/or updates related to both above and below ground resources at all five campus locations. Design guidelines for planning and design within the NIST Historic District in Gaithersburg, and Building 1 in Boulder, the Fort Collins, CO campus, the Kauai, HI campus and other locations, as determined.





15. Campus Infrastructure Planning – Site utility systems including, but not limited to, steam, condensate, chilled water, domestic water, sanitary, storm, natural gas, electrical, EV Charging, On-site Energy Generation, Battery Storage, Smart Building/Building controls, IT, and security systems. Investigations and planning of campus distribution systems site-wide or for specific portions of the site.





16. Exterior and interior Campus Signage, including wayfinding, Gate signage, kiosks and building identification signs, building upon the already completed guidelines developed for Boulder and Gaithersburg.





17. Campus Mapping and modeling including 3- Dimensional (3D), Global Positioning (GIS) as well as aerial mapping for assisting with wayfinding and documentation.





18. Clean Energy, Sustainability, and Greenhouse Gas Reduction studies and analysis – Project, program, or site-wide studies and analysis to meet existing and emerging requirements around GHG reduction, on-site renewables, and energy conservation requirements to comply with current and emerging Executive Orders, Policies and Acts. Studies may consist of Concept Studies, Strategic Planning, Feasibility Studies, Energy Modeling, Business Case Analysis, etc. that target facility level efficiency improvements and electrification alongside on-site energy generation and demand storage, and GHG reduction to achieve net-zero emissions at the campuses and facilities. LEED certification targets and planning may be required with master planning and other site or facility studies.





19. Facility Smart Building Technology Assessments – Specialized studies of smart building (SB) technologies, advanced sequence of operations, and metering systems to improve control, management, and reporting of building control systems. May include analysis of campus control strategies such as Energy Management Information Systems, Single Pane of Glass, Demand Curtailment, Pandemic Controls and other relevant SB strategies.



NIST is a customer to the architect and engineer, A&E. Dependent on the location of the work under the individual Task order, pertinent State Laws that apply to Registered Architects, Professional Engineers and Land Surveyors apply to the Contractor, A&E.



A&E shall follow badging procedures noted in the solicitation for Foreign Nationals. All other A&E personnel shall follow HSPD-12 https://www.dhs.gov/homeland-security-presidential-directive-12 and NIST Procedure 240.1.01 ver 1 (Dated 2401.01).



All contractors are advised that registration in System for Award Management (SAM) Database is required prior to award of a contract. Failure to register in the SAM Database may render your firm ineligible for award.



For more information, check the SAM Web site: https://www.sam.gov.



In accordance with the FAR 36.601-4(b), Contracting officers may award contracts for architect-engineer services to any firm permitted by law to practice the professions of architecture or engineering.



Acquisition Schedule:



Tentative Issue Date: 01/16/2024



Tentative Virtual Site Visit: 01/18/2024 @ 10:00 AM (Eastern Standard Time)



Tentative due date: 02/15/2024



Tentative date for oral presentation to be held only by firms selected for Part II of the solicitation: 4/25/2024



Tentative award date: 7/17/2024



NOTE: the schedule above is subject to change, and any change will be posted via sam.gov. When or if the RFQ is released, it will be via sam.gov. It is the responsibility of potential offerors to monitor this website for any information that may pertain to the RFQ and/or future solicitation. Email or phone calls about the schedule will not be responded to.



CONTRACT INFORMATION:



The Period of performance shall be five years, with a base award of one (1) year with up to four (4) additional one-year periods. Base labor rates for all contract years and overhead rates for base year will be negotiated prior to base contract award. All work and services will be ordered by issuance of individually negotiated firm, fixed price Task Orders. The contract ceiling, cumulative for all contracts, is expected to not to exceed $15 million. This is a 100% set-aside for Small Business firms. Small Business firms responding to this solicitation must demonstrate the capability to perform a minimum of 50% of the required work with in-house staff. NIST will not accept offers from joint ventures.



If an Offeror would like to be listed so that others can see the offeror is an interested vendor, the vendor must click the “Add me to interested vendors” button in the listing for this solicitation on sam.gov.




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • ACQUISITION MANAGEMENT DIVISION 100 BUREAU DR.
  • GAITHERSBURG , MD 20899
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >