SOURCES SOUGHT SDVOSB A/E Architect and Engineering Services Worldwide Click http://sdvob.coop/AE.htm This is a Request for Information only. This is not a solicitation or request for proposals. (a) As prescribed in Federal Acquisition Regulation 15.209 <http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/15.htm#P1 96_32400> (c), The Government does not intend to award a contract on the basis of this Request for Information or to otherwise pay for the information requested except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This Request for Information is issued for the following purpose: The U.S. Department of State, Office of Logistics Management on behalf of the Overseas Buildings Operations, is seeking information from professionally licensed architectural and engineering (A/E) Service-Disabled Veteran-Owned Small Businesses (SDVOSB) that are capable of providing A/E services for the planning and design of new construction, renovation, rehabilitation, restoration, and physical and technical security up-grade projects at U.S. diplomatic facilities worldwide. The projects will be for professional services which are to include, but not be limited to, facility assessments and architectural and engineering studies, site utilization studies and master planning, conceptual, schematic and preliminary designs, design development, construction documents, specifications, cost estimates and budget assessments, as well as life-cycle analysis, quality assurance reviews of the work of other A/E firms, research and development studies, value engineering studies or reviews, and construction phase services and claims analysis services. SDVOSB shall present a core team and then supplement that team with additional services. The combined core team and supplemental service disciplines shall comprise the entire team to perform the work. For the purposes of evaluation, core team members shall include the following disciplines: architecture, landscape architecture, planning, interior design, cost estimating, and electrical, mechanical, civil, geotechnical and structural engineering. Sought services include the following: architecture, historic preservation, landscape architecture, long range planning, master planning, initial and detailed planning, space planning, site utilization, cost estimating, budget assessment, interior design, food service design, scheduling, and environmental and sustainability design. In addition, the following engineering disciplines shall be provided: electrical, mechanical, structural, blast, civil, geotechnical, environmental, seismic, security, lighting, acoustical, chemical and biological protection, information and telecommunication, fire protection, value engineering, and vertical transportation. The administrative coordination of the various disciplines involved, and ascertaining and working within the U.S. Government's requirements and the applicable laws, codes and standards at the overseas project sites shall be required. Familiarity with sustainable design through an integrated design approach is required. Knowledge and experience in the preparation of planning, design and construction documents employing alternative methods (e.g. design-bid-build, bridging, and design-build) is required. Familiarity with sustainable design through an integrated design approach is required. Knowledge and experience in the preparation of planning, design and construction documents employing alternative methods (e.g. design-bid-build, bridging, and design-build) is required. Design documents shall utilize AutoCAD 2005 or greater. Also required is Revit 9.1 or greater or Building Information Modeling (BIM) application consistent with the International Alliance for Interoperability IFC 2x3 specification or later. Experience using BIM is required. It is requested that SDVOSB A/E firms provide the following information: 1) Qualifications of team members, with an emphasis on those in key roles. Please include applicable licenses, registrations, and certifications, as well as other indicators of high quality professional performance. 2) Specialized team experience and technical excellence in facility planning and design, site analysis and planning, sustainable design, rehabilitation and renovation projects involving multiple disciplines. 3) Examples of the team's ability to conceive, develop, and deliver projects of outstanding quality. 4) Provide examples of high quality past performance in terms of internal quality management plans, schedules, and cost control procedures. 5) Specialized experience and technical competence in physical and technical security design and upgrades, including security and surveillance systems and special forced entry, and ballistic resistant construction. 6) Specialized experience and technical competence in the preservation, restoration and renovation of existing facilities, including historically significant buildings. 7) Specialized experience in the pre-award phase of design-build projects, including writing performance requirements, developing statements of work, preparing requests for proposal documents, and the preparation of bridging documents. 8) Any international experience related to planning, design and construction projects. If sufficiently qualified SDVOSB A/E firms are identified: * It is anticipated that one or more indefinite delivery/indefinite quantity contracts will be awarded and that most task orders will involve relatively small planning projects and other projects such as handicapped access. The estimated construction costs for these projects range from $1-3 million. * Although not required at this time in the acquisition phase, the sufficiently qualified SDVOSB A/E firm would be required to possess or be able to obtain a Department of Defense (DoD) Secret Facility Clearance (FCL), with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M. Personnel requiring access to classified information or Controlled Access Areas (CAAs) at DoS locations must possess a Secret personnel security clearance issued by the Defense Industrial Security Clearance Office (DISCO). If a selected offeror does not possess an interim or Final Secret FCL, the Department of State will sponsor the uncleared firm for an FCL. DOS Sponsorship does not guarantee that the firm will receive the clearance. A period of six calendar months from the date of selection for award will be allowed for the uncleared firm to obtain the necessary FCL. After this period, the Government may, at its discretion, consider awarding the contract to another firm or awarding fewer contracts. Firms which form joint ventures must also comply with the above FCL and personnel security clearance requirements. Each entity comprising the joint venture must be issued an FCL, as well as the joint venture. * Please note that qualified SDVOSB(s) may have to meet "United States Person" requirements, as defined in the Act mentioned below. The offeror will have to complete and submit as part of its qualification package the pamphlet, Certifications Relevant To Public Law 99-399, Statement of Qualifications for Purpose of Section 402 of The Omnibus Diplomatic Security and Antiterrorism Act of 1986. SUBMISSIONS ARE NOT REQUIRED AT THIS ACQUISITION STAGE. If a joint venture is formed, the company having 51 percent or greater interest in the JV shall be the one completing the pamphlet. This is a pass/fail evaluated area. SDVOSB who do not receive a pass rating will not be further evaluated. Information on the U.S. persons requirements may be viewed at: <http://www.statebuy.state.gov/grants/authorities.htm#procurement> http://www.statebuy.state.gov/grants/authorities.htm#procurement. This Sources Sought incorporates provision 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997) as prescribed by 15.209(c