Virginia Bids > Bid Detail

Request for SF-330: NOAA WCDAS Operations Building and Operation Backup Facility Design, Architect-Engineer (A/E)

Agency: COMMERCE, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159148251731729
Posted Date: Oct 18, 2022
Due Date: Nov 9, 2022
Solicitation No: NEEA35002200011
Source: https://sam.gov/opp/adfe059079...
Follow
Request for SF-330: NOAA WCDAS Operations Building and Operation Backup Facility Design, Architect-Engineer (A/E)
Active
Contract Opportunity
Notice ID
NEEA35002200011
Related Notice
Department/Ind. Agency
COMMERCE, DEPARTMENT OF
Sub-tier
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
Office
DEPT OF COMMERCE NOAA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 18, 2022 12:53 pm EDT
  • Original Response Date: Nov 09, 2022 10:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C212 - ARCHITECT AND ENGINEERING- GENERAL: ENGINEERING DRAFTING, NOT CAD/CAM
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Wallops Island , VA 23337
    USA
Description

This contract will be procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented by FAR Subpart 36.6. The Government intends to award a single award contract for Architectural/Engineering (A/E) services to be performed for the Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Environmental Satellite, Data, and Information Service (NESDIS) from this announcement. The contractor’s performance period is for 12 months with no option periods. The primary geographical area is roughly the Washington DC-metro area and surrounding areas within the United States (U.S.) consisting of the following states and territories.



The Wallops Command and Data Acquisition Station (WCDAS) campus, Wallops Island, Virginia



In accordance with FAR 36.209, “no contract for contract No contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates,” so future construction contracts to any A/E awardee for this requirement will be limited in that respect.



NOAA/NESDIS reserves the right to utilize the A/E Contractor in other locations with the U.S. and its territories on an exception basis. The government reserves the right to award one or no contracts as a result of this announcement. If the Government decides to award a contract from this notice, the Government may individually rank the firms that respond. The Government reserves the right to invite the highest ranked firms, from this announcement, for interviews. However, the Government is not obligated to conduct any interviews and may rank firms based simply on their response, so please submit your best response. If interviews are conducted, any firms that responded but that were not invited to the interview will be debriefed. If interviews are conducted, any firms selected for interviews will be re-ranked, after the interviews, based on the selection criteria listed below.



The purpose of the planned contract is to obtain professional architectural, engineering and construction services for the following two (2) buildings on the Wallops Command and Data Acquisition Station (WCDAS) campus: Operations Building and Operations Backup Facility in accordance with the attached Performance Work Statement (PWS).



* Operations Building



Consists of two-stories (1st Floor and Basement) with a total footprint of approximately 29,811 gross square feet (SF). This building is a key mission critical building which is occupied and operational 24/7 and houses data centers and control rooms that are vital to WCDAS operations.



* Operations Back-up Facility (OBF)



A single-story, precast structure composed of a concrete slab-on-grade foundation and a modified bitumen roofing membrane over a concrete cast in place roof decking with total area of approximately 2,400 SF. The exterior walls of this building are composed of a four-inch standard brick veneer and exterior painted metal doors. This building is another key building for WCDAS, as this building used to serve as a back-up facility for continuity of operations.



To be considered under this solicitation, firms must demonstrate the “professional qualifications” and “specialized experience and technical competence in the type of work” relevant to the the following minimum requirements: 1) reviewing existing reports, drawings, and requirements for engineering design; 2) gathering information and evaluating for engineering design; 3) experience in code analysis and compliance especially architectural and ADA codes, electrical and mechanical codes; 4) preparing detailed design for industrial and institutional facilities that includes: detailed civil, electrical and mechanical design, and cost estimates.





Selection Criteria: Selection of the firms will be based upon the following evaluation factors which are of equal importance:



1) professional qualifications necessary for satisfactory performance of the required services; 2) specialized experience and competence in the type of work required, including experience with the applicable codes and with energy conservation, pollution prevention, waste reduction, and use of recovered materials to the extent practicable; 3) capacity to complete the work in the required time; 4) positive, recent, and relevant past performance on contracts with Government agencies and/or private industry in terms of scope, cost control, quality of work, and compliance with performance schedules; Technical understanding and capability; 5) ideally but not required, experience with the location, place of performance, customer, or project; the contractor’s management approach and plan.



In accordance with FAR 36.6 procedures, this is not a request for proposal. Interested firms having the capabilities to perform this work must submit an electronic copy of their Standard Form 330, “Architect-Engineer Qualifications,” to be received at the address listed below no later than 10:00am (EDT, DC/Local) on Wednesday, November 09, 2022. Submittals received after this date will not be considered, except at the Government’s sole discretion. Submissions shall be limited to a total of 80 pages (single-sided; 40 pages double sided), thus, conciseness and simplicity are encouraged. These forms must be submitted to Mr. William Reese (William.Reese@noaa.gov) and Ms. Markita Simmonds (Markita.Simmonds@noaa.gov). This is not a request for proposals.



All Contractors doing business with the Government must be registered with the System for Award Management (SAM.Gov). No award can be made to a company not registered in SAM.Gov. For additional information on how to register in SAM.Gov, more information can be accessed at that website. In order to register, all firms must have a Unique Entity Identifier in SAM.Gov. A firm’s Unique Entity Identifier may be obtained free of charge via SAM.Gov.


Attachments/Links
Contact Information
Contracting Office Address
  • SATELLITE AND INFORMATION ACQUISITI 1325 EAST WEST HWY, RM. 11323
  • SILVER SPRING , MD 20910
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 18, 2022 12:53 pm EDTPresolicitation (Original)

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 >