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: NBD00159391759635309
Posted Date: Feb 21, 2024
Due Date: Mar 13, 2024
Source: https://sam.gov/opp/4801a3d712...
Follow
ARCHITECTURAL SERVICES FOR MASTER PLANNING AND ASSOCIATED STUDIES IDIQ
Active
Contract Opportunity
Notice ID
1333ND24QNB190033
Related Notice
1333ND24QNB190033
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: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 21, 2024 06:23 pm EST
  • Original Published Date: Jan 10, 2024 04:00 pm EST
  • Updated Date Offers Due: Mar 13, 2024 01:00 pm EDT
  • Original Date Offers Due: Feb 15, 2024 01:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 15, 2025
  • Original Inactive Date: Feb 15, 2025
  • 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



Solicitation Number: 1333ND24QNB190033



Agency: Department of Commerce, National Institute of Standards and Technology



Notice Type: Solicitation



Posted Date: 01/10/2024



Response Date: 03/13/2024



Archiving Policy: Manual Archive



Archive Date: N/A



Classification Code: C -- Architect and engineering services



NAICS Code: 541310 – Architectural Services



Synopsis: N/A



SOLICITATION NOTICE:



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. Refer to Section C “Description/specifications/statement of work” for intended scope of work. NIST contemplates multiple awards of up to three (3) Contracts but reserves the right to award to more or less based on the best interest of the Government.



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. All work and services will be ordered by issuance of individual firm-fixed priced task orders. The IDIQ contract is estimated to have a base year value of $3,000,000, for a total Contract ceiling over the entire five-year period of performance not to exceed $15,000,000. Note the base year value and option year values are estimates only and not guaranteed. Individual year task order values may or may not exceed the estimated values. The guaranteed minimum for the life of the Contract, is $10,000.



This is a 100% set-aside for Small Business firms. Refer to FAR 52.219-14 for limitations on subcontracting.



To assure timely and equitable evaluation of proposals, Offerors must follow the instructions contained herein. Proposals must be complete, self-sufficient, and respond directly to the requirements set forth in solicitation. Offerors who fail to submit all required information per the instructions may be deemed non-responsive and may not be considered for award. The following instructions will establish the acceptable requirements for the format and contents of proposals.




  1. Submission of Proposals a. The Government will be accepting electronic submission via email only. Offerors are required to submit their proposals electronically via email to the following addresses: i. Michael.Wigfall@nist.gov ii. Guzel.Gufranova@nist.gov iii. Cheryl.Allen@nist.gov



b. Offerors shall use the following email subject line “Architectural Services for Master Planning IDIQ and Associated Services



c. Electronic submissions shall adhere to the following guidelines:



i. Electronic copies shall be submitted in Adobe PDF format only.



ii. No password-protected, zipped, or self-extracting files shall be used



iii. Files shall not be larger that twenty-five (25) Megabytes (MB). 25MB (including email content and all attachments) is the largest submission that can be received by the Government through email.



d. Offerors are encouraged to confirm with the Government that their submissions have been successfully received. It is the sole responsibility of the Offeror to ensure that electronically submitted proposals, revisions and or modifications, reach the Government office designated and by the time specified in the solicitation.



3. All proposals shall adhere to the following format guidelines:



a. Cover Page



i. Each proposal shall include a Cover Page containing the following information:




  1. Solicitation Number and Project Title.

  2. Company name, address, Unique Entity ID number, and CAGE number.

  3. Name, title, phone number, email address, and signature of the Company Officer with signature authority.



b. Page Formatting



i. Proposals shall be typed with a minimum one line spacing using 12-point size font on standard-sized paper (8.5”x11”), with 1” margins on all sides. See paragraph 3 (d) for requirements when using 11” x 17” paper.



ii. Pages in each proposal shall be numbered sequentially and consecutively.



iii. Fonts must be easily readable. Offerors are encouraged to use either Times New Roman (preferred), Calibri, or Arial font.



iv. Proposals shall use Portrait oriented pages. Landscape oriented pages are only permitted for tables, figures, charts, and graphs.



v. Company name and proprietary information notices must be placed in the top and/or bottom margins.



c. Charts, Tables, Figures, Graphs



i. Charts, tables, figures, and graphs shall be labeled sequentially and titled.



ii. Fonts must be easily readable and no smaller than 8-point size with proportional spacing.



iii. Text may be wrapped around.



iv. Landscape oriented pages are only permitted for tables, figures, charts, and graphs.



d. Firms requesting consideration are required to submit a current Standard Form 330 (Rev. 7/2021).





i. Page limitations are noted below.






    1. SF 330 has no page limitation except for sections “F” and “H”

    2. SF 330 Section “F” EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT is limited to three pages per project. Provide no more than five (5) examples/projects.

    3. SF 330 Section H “Additional Information” must not exceed three (3) pages. Any pages past three (3) pages will not be reviewed.

    4. All pages shall be single sided.

    5. All pages including dividers and cover pages are included in page limitations.

    6. Images/maps may be up to 11” x 17”. Over 80% of the 11” x 17” page must be image/map.

    7. All other pages shall be 8 ½” x 11”

    8. Maximum number of pages (excluding SF 330) is 20 pages.





4. Submission due dates:



Virtual Site Visit: January 18, 2024, at 10:00am EST



RFI Due Date: February 13,2024, at 5:00pm EST



RFQ Due Date: March 13,2024, at 1:00pm EST



An organized virtual site visit is scheduled for: 10:00am. EST, January 18, 2024. Only one site visit will be conducted. Offerors shall email a list of site visit attendees to Guzel.Gufranova@nist.gov and copy to Cheryl.Allen@nist.gov by 1:00pm. EST, January 16, 2024 with the following information:



a. Name as it appears on your Government issued ID.



b. Company name.



c. Email of a site visit attendee



The Government will then send the Webinar details to the emails provided. Attendees must ensure they have good internet connection since joining by phone will not be allowed. When logging in to the site visit, attendees must include their full name. Attendees not including their names will not be allowed access to the site visit.



The Government will not share site visit presentation material. The Government plans to share the list of site visit attendees with both interested vendors (as found on www.sam.gov) and site visit attendees if email is provided per 4 (c) above.



All RFI’s shall be submitted electronically to Guzel.Gufranova@nist.gov and copy to Cheryl.Allen@nist.gov.



A. SUBMISSION REQUIREMENTS



PART I




  1. Proposal shall clearly identify the following sections:



a. Factor 1 – Specialized experience and technical competence



b. Factor 2 – Experience and Team Professional Qualifications



c. Factor 3 – Offeror & Team Experience with Treatment of Historic Properties, Federal Sustainable Design, & National Capital Planning Commission (NCPC)



d. Factor 4 – Past Performance



e. Factor 5 – Capacity of the Offeror and proposed subcontractors



f. Factor 6 – Location of the firm



2. A joint venture of two or more business concerns may submit an offer as a small business so long as each concern:



a. is small under the size standard corresponding to 541310 NAICS code,



b. complies with 13 CFR § 125.8



3. The partners to the joint venture in the aggregate must meet the evaluation criteria requirements listed hereto and must meet individual requirements for each partner of the joint venture listed hereto.



4. If submitting as joint venture, Offerors must submit an official joint venture agreement. The contents of the joint venture agreement must comply with 13 CFR § 125.8.



5. Offerors shall include the following information for each factor and identify clearly which factor the Offeror is addressing:



FACTOR #1. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE



Provide on SF 330 Section F.



Specialized experience and technical competence of the Offeror and its proposed subcontractors performing facilities planning services completed since the start of calendar year 2017. For the purposes of this evaluation “completed” projects shall mean projects where final work was submitted to the project owner, approved, and accepted by the project owner. In the event the Offeror does not have experience since the start of calendar year 2017, Factor #1 will not be reviewed, nor any other factors, and the offeror will be deemed non-responsive.



a. The Offeror shall describe its experience (including that of its proposed subcontractors) in performing a minimum of two of the following types of projects comparable in size and complexity to the Statement of Work, section 1.3:





1. Master planning of a campus and/or military base equal to or greater than fifty (50) acres. 50 acres must be for one single location versus adding acreage from multiple sites to achieve 50 acres.



2. Concept Studies



3. Feasibility studies for an existing building,



4. Programming, planning, and/or design for research facilities.



b. When providing a response to this factor, ensure to provide:



1. Completed date of service



2. Name of project owner; email address and telephone number



3. Acreage of the campus and/or military base (factor 1.a.1)



Description of the project including the type of project (concept studies; master plan; Feasibility studies for an existing building; programming, planning, and/or design of research facility). Include Offeror’s role in the project.



If submitting as a small business joint venture, each partner of the joint venture must EACH comply with Factor 1 requirements.



FACTOR #2. EXPERIENCE AND TEAM PROFESSIONAL QUALIFICATIONS



Provide on SF 330 Sections C, D, E, G as described below.



a. Professional qualifications of the Offeror and its proposed subcontractors and key personnel. Any experience earlier than the start of calendar year 2017 will not be considered. Provide on SF 330 Sections C and D respectively:




  1. Proposed Team

  2. Organizational Chart of Proposed Team



b. The Offeror shall describe its professional qualifications and those of its proposed team (proposed subcontractors and key personnel). Offeror to identify the roles of its key personnel by providing on SF 330 Section E resumes for its proposed key personnel that include credentials, education, licenses, registrations, relevant experience, and the role to perform NIST's requirements. Provide resumes in SF 330:




  1. Resumes of key personnel proposed for this contract. The Offeror shall include key personnel as required under 2.1 CONTRACTOR KEY PERSONNEL of Section C Statement of Work. If submitting as a small business joint venture, each partner of the joint venture individually must submit at least three key personnel listed under 2.1 CONTRACTOR KEY PERSONNEL of Section C Statement of Work.



c. The Offeror shall provide key personnel participation in example projects on SF 330 Section G.



FACTOR #3. OFFEROR & TEAM EXPERIENCE WITH TREATMENT OF HISTORIC PROPERTIES, FEDERAL SUSTAINABLE DESIGN, & NATIONAL CAPITAL PLANNING COMMISSION (NCPC)



Submit on SF 330, Section F; Section H and/or on the 20-page limitation.



If the Offeror has used all five (5) examples on Factor 1, the Offeror shall provide no more than one page for each item indicated below under items a.(1); a (2), a (3). These pages shall be part of Section H and/or the 20-page limitation.



If the Offeror has not used all examples in Factor 1, submit remaining examples for this Factor #3 on SF 330 Section F. A combination of SF 330 Section F, Section H and the 20-page limitation proposal is permissible. If any example projects submitted for FACTOR #1 coincide with any example projects for FACTOR #3, submit those projects separately to address FACTOR #3.



a. The Offeror shall also describe its experience working with its proposed subcontractors and key personnel. Any experience earlier than the start of calendar year 2017 will not be considered. A minimum of one of the following types of projects comparable in size and complexity to the Statement of Work, section 1.3:





​​​​​​​​​​​​​​1. The Offeror and its subcontractors shall describe its experience in the areas of applying the Secretary of the Interior’s (SOI) Standards for the Treatment of Historic Properties,



2. Offeror and its subcontractors shall describe its experience with Federal sustainability requirements and clean energy, sustainability, and greenhouse gas reduction studies and analyses.



3. Offeror and its subcontractors shall describe its experience with matters directly evaluated by National Capital Planning Commission (NCPC).



4. In addition to the descriptions noted above. Provide the following for each example:



i. Completed date of service



ii. Name of project owner and email address.



If submitting as a small business joint venture, the partners to the joint venture in the aggregate must meet the evaluation criteria requirements listed for Factor 3.



FACTOR #4. RECENT PAST PERFORMANCE



1. Submit Past Performance Questionnaire (PPQ) forms attached to this RFQ for Factors 1 and 3 and/or submit CPARS. Offerors shall have PPQ forms submitted directly to cheryl.allen@nist.gov and guzel.gufranova@nist.gov by past client/project owner. CPARS may be submitted by the Offeror directly to cheryl.allen@nist.gov and guzel.gufranova@nist.gov.



Each partner of the joint venture individually must submit PPQ forms and/or CPARS for Factor 1. For Factor 3, Offerors must submit PPQs and/or CPARS for all project examples submitted in Factor 3.



NIST will evaluate past performance for non-federal PPQs, federal PPQs and CPARS equally.



a. Past performance will be evaluated for examples in factor #1 and #3, and other data as described below.



b. Evaluation will focus on:




  1. Quality of work,

  2. Compliance with performance schedules,

  3. Contract cost control.



c. NIST shall additionally use performance evaluations data from the Contractor Performance Assessment Rating System (CPARS), in accordance with FAR 42.1501 and may consider credible documentation included in the SF 330. If other data is obtained through other than CPARS and/or the submitted SF330, either favorable or unfavorable, during the entire selection process and prior to award it may be considered.



FACTOR #5. CAPACITY OF THE OFFEROR AND PROPOSED SUBCONTRACTORS



Submit on SF 330 Sections A, B, I; SF 330 Part II – GENERAL QUALIFICATIONS and on the 20-page limitation proposal.



a. Offeror shall describe their, as well as their subcontractors’, current and planned workload. The Offeror shall describe its and its subcontractors’ current and planned one (1) year workload from www.sam.gov RFP Date versus available team resources.



b. Offeror shall demonstrate its ability to comply with FAR 52.219-14, which requires at least 50 percent of the cost of contract performance incurred for personnel be expended by Offeror’s employees and/or their proposed subcontractors who are small business.



c. If Offeror is a joint venture, a joint venture agrees in accordance with FAR 52.219-14 (g), that, in the performance of the contract, the applicable percentage specified in paragraph (e) of FAR 52.219-14 will be performed by the aggregate of the joint venture participants. In a joint venture comprised of a small business protégé and its mentor approved by the Small Business Administration, the small business protégé shall perform at least 40 percent of the work performed by the joint venture. Work performed by the small business protégé in the joint venture must be more than administrative functions.





FACTOR #6. LOCATION OF THE FIRM



Submit on the 20-page limitation documentation.





a. Offeror shall be located within the continental United States.



b. The Gaithersburg campus address is: 100 Bureau Drive, Gaithersburg, MD 20899. The Boulder campus address is: 325 Broadway, Boulder, CO 80305.



c. Submit details from an internet mapping program illustrating the driving distance (in miles) from an Offeror’s business to either one of NIST Campuses. The Offeror’s business address must be the Offeror’s business address not a subcontractor’s business address.



PART II: ORAL PRESENTATION AND DISCUSSIONS




  1. Only Offerors who are deemed “highly qualified” will be evaluated for Part II. In accordance with FAR 36.602-3, the evaluation board will hold discussions with at least three of the most highly qualified firms (short listed firms).

  2. All short-listed firms shall address the factors in “Part I”. NIST may have oral presentations with each Offeror either at their place of business or in a virtual environment.



3. If oral presentations are held, Offerors will be given a minimum 7 Days’ notice of the presentations. During the oral presentations, Offeror will be afforded 60 minutes of uninterrupted presentation time to review Part I factors. Over a period of up to 30 minutes after the presentation, NIST will ask questions related to Part I where the Offeror provided insufficient detail.





4. Short listed firms will be evaluated and ranked by order of preference based upon the presentations/discussions.





FEE SCHEDULE






  1. Only those firms selected for award will be invited to provide a fee schedule. The request for fee schedule will require at a minimum the labor rates, overhead rates profit, and supporting payroll data for all position classifications anticipated to be used under the contract by the prime firm and any subcontractors. In addition, include the basis for any escalation in labor rates.

  2. Contractor shall provide the Government an ACORD Certificate of Insurance (COI) or other acceptable to the Government forms and copies of all required endorsements as evidence that the minimum insurance requirements of Section H have been satisfied. Certificates of Insurance shall be sent to the assigned Contracting Officer within 10 calendar days after award. The signed Contract with required insurance shall be returned to the Government within ten (10) calendar days after the Notice of Award issuance date. No Task Orders shall be ordered until the insurance requirements are met and the approval of the Contracting Officer is received for the insurance.

  3. Cost will not be a factor in evaluating the Offerors but will be evaluated and negotiated for award for reasonableness. The Government will provide the Billing Rate Schedule file to complete by the Offerors selected for award. The Billing Rate Table will be evaluated for reasonableness by performing a cost analysis to ascertain if a fair and reasonable price exists. Reasonableness will also be evaluated by assessing the acceptability of the Offeror’s methodology used in developing their Billing Rate Schedule.

  4. Billing Rate Schedule will include a proposed profit rate, which the Government will evaluate for inclusion in the Billing Rate Schedule to be fixed for the Contract period of performance including base and Option years. No fee or profit will be paid on any reimbursements for travel and/or per diems. No separate fee and/or profit will be paid to Contractor for managing the subcontractors or lower tier subcontractors. The Government reserves the right to only include direct labor rates and overhead rates at the time of signing the Contract and negotiate profit on an individual Task order level.



5. The Offeror shall submit direct labor rates/base rates for all years under Ordering Periods for categories of KEY PERSONNEL expected to be required in order to perform Task orders, to include the prime and all the subcontractors. Supporting payroll data for all position classifications must be provided. Direct labor rates/base Rates shall be provided by contract years, starting from Base Year, and continuing through Ordering Year 4. If rates are escalated, the degree (percent) and methodology must be shown. The negotiated and awarded direct labor rates/base rates shall be fixed for each year of the Contract.





6. The Offeror’s and its subcontractors’ proposed overhead rates shall be supported by Federal government agency’s audit if the Offeror or any subcontractors have been audited within the last two (2) years and if such rates are not currently under dispute; should Federal government agency’s audits be unavailable, the Government may accept the audited overhead rate reports from an independent CPA firm, being sure that the CPA has removed unallowable costs as defined in FAR Part 31 and otherwise complied with cost principles contained in FAR Part 31. Audits conducted in accordance with Generally Accepted Accounting Principles (GAAP) will not be accepted. If an audited overhead report cannot be provided, the following shall be submitted by the Offerors:



a. Audited Financial statements for the most recent three (3) years and Certificate of Cost and Pricing Data in accordance with FAR 15.406-2 for Contractor. If financial statements are not audited, submit explanation of why they are not audited.





b. Audited Financial statements for the most recent three (3) years and Certificate of Cost and Pricing Data in accordance with FAR 15.406-2 for each of the subcontractors proposed. If financial statements are not audited, submit explanation of why they are not audited.



7. A narrative statement outlining the Offeror’s policies and practices for accumulating overhead costs and the method used to compute the proposed rate or rates is required. In the case of multi-branch firms, joint ventures or affiliates, it is expected that overhead costs applicable to the specific location(s) where work is to be performed will be proposed. Company-wide, joint venture, or affiliate rate averages may not be appropriate. The rates should be tailored to the work location(s).



See Attachments below for further details






  1. Section C – Statement of Work

  2. Section G – Contract Administration Data

  3. Section M – Evaluation Factors for Award

  4. NIST PPQ Form




Attachments/Links
Contact Information
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 >