

U.S. Capitol Complex Master Planning
Process Number AOCACB21R00CCMP

Dates:
AOCACB21R00CCMP
Department/Ind. Agency:ARCHITECT OF THE CAPITOL
Sub-tier:ARCHITECT OF THE CAPITOL
Sub Command:ACQUISITION & MATERIAL MAN DIV
Office:ACQUISITION & MATERIAL MAN DIV
General Information:
(UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
Updated Published Date:Oct 26, 2021 03:25 pm EDT
Original Published Date:2021-10-20 14:59:00
Updated Response Date:Nov 05, 2021 02:00 pm EDT
Original Response Date:Nov 05, 2022 02:00 pm EDT
Inactive Policy:15 days after response date
Updated Inactive Date:Nov 20, 2021
Original Inactive Date:Nov 20, 2022
Initiative:- None***--***
Classification:
C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
NAICS Code:541310 - Architectural Services
Description:
United States Capitol Complex Master Planning Pre-solicitation/ Synopsis: This is NOT a Request for Proposal. The Architect of the Capitol (AOC) anticipates issuing a Request for ARCHITECT-ENGINEER QUALIFICATION PACKAGES for professional Architectural/Engineering (A/E) Services for the Capitol Complex Master Planning requirement. The AOC intends to award one (1) Indefinite Delivery-Indefinite Quantity (IDIQ) contract with a base period of five (5) years from the date of award with a maximum contract amount of $25,000,000. The contract awarded will have a guaranteed minimum order of $1,000.00 for the total of the 5 year ordering period, which will be satisfied with the award of the first task order. Each specific IDIQ Task Order shall be separately negotiated based on the A/E effort involved. Description of Services: The Capitol Complex is a 553 plus acre area which includes all buildings and grounds under the care and supervision of the AOC. The comprehensive scope of the A/E Services shall include master planning and conceptual design services for the Capitol campus. The AOC is seeking A/E firms with experience leading teams to provide recommendations for short and long term preservation and development, as well as experience in planning for underground expansion and development. Master planning experience should highlight innovative, sustainable, and achievable data driven solutions. A/E experience with master plans which have been substantially implemented, resulting in built work will be looked upon favorably. The successful firm will be expected lead a team that provides a data driven plan with innovative ideas and best practices from multiple experts in areas including but not limited to; historic preservation, security, sustainability, resiliency, landscape architecture, data management, data usage, governmental organizations, finance, tourism, construction, transportation, mobility, utilities, and infrastructure. The firm must also have experience in leading projects with a complex oversight structure, including diverse groups of interested parties. The required services will be implemented as a phased approach and provided in individual task orders. Detailed information on required qualifications and past experience will be contained in the solicitation documents. Place of performance will be primarily offsite, at the A/E offices and a percentage performed on the Capitol Campus, Washington DC, commensurate with the surveying requirements. Selection Process: The AOC is a Legislative Branch agency and as such is NOT subject to the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act. These A/E Services are being procured in accordance the AOC contracting manual Section 8.5 and consistent with FAR Part 36.600 Architect-Engineer Services. The selection process will be conducted using a two-phase process. Phase I consists of the initial evaluation of the SF-330’s and subsequent determination of the most highly qualified firms. The most highly qualified firms, not to exceed three (3), will be invited to continue with phase two of the process. All firms not selected to continue to phase two will be notified at this time. Phase two consists of Interview Presentations for the firms culminating into the selection of the top ranked firm. The firms selected for Interview Presentations will be notified by email of selection and provided further instructions and the evaluation criteria requirements. After the Interview Presentations are concluded the firms will be evaluated and the top-ranked firm will be selected and requested to submit a price proposal with subsequent negotiations to follow. Award selection will be made based on the results of the Interview Presentations and successful negotiation of rates for the project, and not the SF-330 qualifications from Phase I. If negotiations are not successful with the highest rated firm, they will continue with the next highest rated firm, and so on until award can be made. Notice of Request for Qualification Package Posting: The REQUEST FOR STANDARD FORM (SF) 330'S ARCHITECT-ENGINEER QUALIFICATION PACKAGES will be posted on or after 2-weeks from this notice, at the Government Point of Entry (GPE) located at Beta System for Award Management (SAM) database (www.beta.sam.gov). Questions will be addressed only once the solicitation has been posted. Contracting Office Address: Ford House Office Building, Second and D Streets, S.W.Washington, District of Columbia 20515 Primary Point of Contact: Troy Dorsey, Contracting Officer, troy.dorsey@aoc.gov
Attachments / Links:
Document | Size | Updated date | Download |
---|
Contact Information:
2nd & D Streets, SW FHOB - Room 264
Washington , DC 20515
USA
Primary Point of Contacts:Troy Dorsey