Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2003 FBO #0588
SOLICITATION NOTICE

C -- Regionwide Supplemental A/E Contract for the States of Illinois, Indiana, Ohio, Michigan, Minnesota, and Wisconsin

Notice Date
7/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (5PC), 230 South Dearborn Street, Room 3512, Chicago, IL, 60604
 
ZIP Code
60604
 
Solicitation Number
GS05P03GBD0072
 
Response Due
8/8/2003
 
Point of Contact
Johnnie Gaskew, Contracting Officer, Phone 312-886-6916, Fax 312-353-9186, - Johnnie Gaskew, Contracting Officer, Phone 312-886-6916, Fax 312-353-9186,
 
E-Mail Address
johnnie.gaskew@gsa.gov, johnnie.gaskew@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
ANNOUNCEMENT FOR Supplemental Architect/Engineer (A/E) Region wide Contract For the States of Illinois, Indiana, Ohio, Michigan, Minnesota, and Wisconsin SELECTION PROCESS The General Services Administration (GSA) Great Lakes Region announces an opportunity for Design Excellence in public architecture for performance of Architectural-Engineering Design for indefinite quantity contract to provide full service Supplemental Architect-Engineer Services via the issuance of delivery orders for, but not limited to, the preparation of designs, plans, specifications, estimates, record drawings, miscellaneous studies and reports, surveys and construction inspection services for projects within the geographic borders of Illinois, Indiana, Ohio, Michigan, Minnesota, and Wisconsin. Projects may also involve work in specialty areas such as alterations in historic buildings, tenant alterations, ADA upgrades, asbestos abatement, security enhancements, Art-in-Architecture, HVAC, mechanical and electrical upgrades. The scope of work may require one or a combination of the following services: programming, space planning, design services, construction drawings, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD), post construction contract services (PCCS), assisting the GSA staff with ?in-house? design and construction inspections, construction related services, land surveys, materials testing services, comprehensive subsurface investigations. Preparation of design documents may, at GSA?s request, be required in English, Soft Metric or Metric measures. Disciplines and services required may include but may not be limited to, architectural, electrical, mechanical, structural, civil and geotechnical engineering, cost estimating, elevator, fire safety and hazardous materials consultant services. Multiple firms may be selected from this solicitation. The duration of the base contract will be one year. The contract will include a provision for four (4) renewal options. Each option will extend the contract for an additional one (1) year period and may be exercised at the sole discretion of the Government. The maximum ordering limitation is $750,000.00 for each one (1) year period. The selected firm must negotiate overhead and profit rates and hourly rates for anticipated disciplines for use in negotiating fixed price work orders. The selected firm must submit to a GSA audit prior to negotiations. For projects with an estimated construction cost of $750,000.00 or less, the Government may use the fixed price amounts provided in the Supplemental A/E Look-up Table provided during initial contract negotiations. However, the Government reserves the right to award a contract based on negotiated overhead, profit, and hourly rates only as well as to use those rates for work orders which do not fall within the scope of the Look-up Table. Consideration for this contract will be limited to those firms, joint ventures and their consultants who demonstrate the capability to perform all required services from their own existing active production office(s) located within the geographical borders of Illinois, Indiana, Ohio, Michigan, Minnesota, and Wisconsin. Joint venture or firm/consultant arrangements will be considered and evaluated on a demonstrated interdependency of the members to provide a quality design and construction effort. In addition, all firms and their consultants must: (1) have in-house CADD capabilities (compatible with the latest version of AutoCAD) and; (2) prepare all specifications for projects under this contract using the AIA Master spec. The objective of the selection process is to select a firm or firms that exemplify design excellence. This is a Request for Qualifications (RFQ) of A/E Design Firms/Lead Designers interested in contracting for this work. The A/E Design firm as used in this RFQ is an association, joint venture, partnership or other entity that will have contractual responsibility for the project design. The Lead Designer is the individual or design studio that will have primary responsibility when the project involves architectural design. The A/E Firm must clearly define the contractual relationship with the Lead Designer and its ability to manage the design and production of construction. The government will not allow payment for travel, living expense, computer time or hookups for the prime or the consultants related to meeting the requirements of this RFQ (i.e. - the application and selection process). The A/E selection will be completed in two stages as follows: In Stage I, an interested firm will submit a portfolio of accomplishments to establish the design capabilities of the A/E Firm and its Lead Designer. All documentation will be in an 8 1/2? x 11? format. The Stage I submission should include the following: A) a cover letter referencing the announcement and briefly describing the firm, its location, organizational makeup, and noteworthy accomplishments, not more than one page; B) Standard Form 254 and Form 255 (Architect-Engineer and Related Services Questionnaire) Identification of basic major consultants is required at this stage and C) a design portfolio which is to include the following submission requirements and evaluation criteria: (1) Lead Designer Portfolio (35% of evaluated score): Submit a portfolio representative of the Lead Designer?s ability to provide design excellence. Submit graphics and a typewritten description (maximum of one page per project) of up to three projects which best describe the capabilities of the designer, completed in the last ten years. The narrative shall address the design philosophy with salient features for each project and discuss how the design was cost effective (both in terms of construction and maintenance), functional, and aesthetically appropriate. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Where there is duplication with criteria #2, the Lead Designer will address his/her participation in the project. (2) Past Performance on Design (25%): The A/E Firm will submit graphics (maximum of one page per project) of not more than five projects which best describe the capabilities of the firm, completed in the last ten years. The narrative (maximum of one page per project) shall address the design approach with salient features for each project and discuss how the client?s program, functional, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Provide a client reference contact for each project, including name, title, address, phone, and fax numbers. (3) Project Team (25%): submit abbreviated resumes (maximum of four total pages) of key personnel outlining commitment to projects and qualifications and relevant experience as individuals and as a team; (4) Design Management/Organization (15%): Submit a narrative outline (maximum of two pages) describing the A/E?s project management planning, coordination, scheduling, cost-control methods, production facilities, capabilities and techniques for both design projects and construction inspection; An A/E Selection Board consisting of professional representatives from GSA will evaluate the submissions. The Board will establish a short-list of four to eight firms. Stage II, the short-listed firms will be notified and asked to participate in an interview with the Selection Board in Chicago, Illinois. The Government will establish the detailed evaluation criteria and provide the selection criteria for the interviews along with the Stage I short-list announcement. The Selection Board will interview each team. Candidates should be prepared to discuss all aspects of the criteria indicated above and to demonstrate their ability to fulfill a wide range of project requirements. The Stage II evaluations will culminate with an interview with the A/E Evaluation Board. Award of each delivery order is contingent upon the receipt of funds and negotiation of a reasonable fee. This is not a request for a fee proposal. A/E firms will not be reimbursed for expenses or efforts under Stage I and/or Stage II submissions. This procurement is set-aside for small business concerns under the Small Business Competitiveness Demonstration Program. The NAICS Code for this procurement is 541310. A small business criterion for each category is based on the contractor?s average receipts for the proceeding three fiscal years. For NAICS Code 541310 this amount is $4.0 million. This Supplemental A/E procurement will result in a multiple selection contract award. Please submit the Standard Form 254 and 255 to us in your submittal. The subject solicitation includes Sensitive but Unclassified (SBU) building information. For reasons of security and before release of SBU information, the requester must provide a signed copy of the Document Security Notice to Prospective Bidders/Offerors form and submit the following information: 1) Copy of Business License, 2) Company Dun and Bradstreet Number, 3) Valid Tax Identification Number and, 4) Copy of a Valid State Drivers License or State ID. The required information shall be submitted to the point of contact cited herein. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting five (5) complete copies of the entire submittal including the portfolios, form SF-254, which must be dated not more than twelve (12) months before the date of this synopsis, form SF-255 and a letter of interest TO: Ms. Johnnie A. Gaskew, Contracting Officer, General Services Administration, 230 South Dearborn, Suite 3512, DPN: 35-6, Chicago, IL 60604, by August 8, 2003. The following information MUST be on the outside of the sealed envelope 1) Solicitation Number/Title, 2) Due Date, 3) Closing Time. Late responses are subject to F.A.R. Provision 52.214-7. In Block 8 of the SF-254 specify only current W-2 payroll (non-contract) personnel of each firm. In block 10 of SF-255, the A/E Design Firm is to reference their portfolio submission, which MUST respond to the FOUR (4) EVALUATION CRITERIA stated in the announcement for this STAGE I Solicitation. In Block 11 of the SF-255, the A/E Design Firm MUST sign, name, title and date the submittal. Contract will be procured under the Brooks Act and F.A.R. 36. A follow-up listing of firms to be interviewed will appear in this publication. All questions regarding the nature of this solicitation should be directed to Ms. Johnnie A. Gaskew, Contracting Officer, (312) 886-6916. This is not a Request for Proposal.
 
Place of Performance
Address: Regionwide for the States of Illinois, Indiana, Ohio, Michigan, Minnesota, and Wisconsin
Country: United States
 
Record
SN00366546-W 20030710/030708214122 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.