Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2006 FBO #1734
SOURCES SOUGHT

C -- Archtiect-Engineering Multiple Award Contract for Design Services

Notice Date
8/24/2006
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Project Management Acquisition Branch (2PCB), 26 Federal Plaza, Room 1639, New York, NY, 10278
 
ZIP Code
10278
 
Solicitation Number
GS-02P-06-DTC-0024(N)
 
Response Due
9/26/2006
 
Description
The General Services Administration (GSA), Northeast Caribbean Region is seeking firms with architectural and engineering experience in design to provide services for feasibility studies, project development studies, project designs, development of project plans and specifications, project cost estimating, submittal and shop drawing review and approval, and construction inspection services. This is a Multiple Award Indefinite-Delivery/Indefinite-Quantity (IDIQ) contracts solicitation for Architect-Engineering design services which will be required on an ?as needed? basis. GSA may make multiple awards and intends to award three (3) contracts under this solicitation. Two of the contracts will be awarded using full and open competition, and one contract will be set-aside under the 8 (a) Program. These contracts will be awarded for a one-year base period with four (4) one-year option periods to be exercised at the Government?s discretion. The total aggregate Maximum Order Limitation (MOL) shall not exceed $5,000,000.00 for each contract. The minimum guarantee will be $2,500.00 for the base year and $2,500.00 for each option year (if exercised) per contract. The projects covered under this solicitation will be located within the Metropolitan New York area (Boroughs of Brooklyn, Bronx, Manhattan, Queens, Staten Island, and the Counties of Nassau, Suffolk, Rockland and Westchester) and New Jersey (Counties of Bergen, Essex, Union, Morris, Passaic, Hudson, Middlesex, and Monmouth). Some projects may be located in the Caribbean, including Puerto Rico and the U.S. Virgin Islands. These contracts will be procured in accordance with Public Law 92-582, the Brooks Act and FAR Part 36.6. Under this process the Government will award to the most highly qualified A/E firms with whom it can negotiate a fair and reasonable price. The government will not allow payment for travel, living expense, computer time or hookups for the prime or the consultants during the selection process. Ordering procedures will be consistent with FAR Part 16.505 entitled "Ordering" and FAR Part 36.6 entitled "Architect-Engineer Services." Non-price evaluation factors (e.g., past performance, design philosophy, management approach, key personnel, etc.) will be considered in addition to price in the determination of placing orders. On complex projects, GSA Project Managers/Architects and/or Engineers may interview each contract awardee as part of the ordering process, in addition to the evaluation of each proposal. GSA is seeking firms with qualifications and experience in architectural and engineering design, including feasibility studies for projects valued at or above the prospectus threshold for owned and leased federal buildings of $2,470,000.00. Under these contracts, when necessary AE firms may be asked to provide services for projects below the prospectus threshold level. All services shall be performed under the direction and supervision of registered architects and professional engineers. The Scope of A/E Services under this contract will include, but are not necessarily limited to, investigations, feasibility studies, seismic hazard evaluation reports, window fragmentation, testing services, program development studies, design development and preparation of working drawings for construction, use of electronic project management, and participation in value engineering studies. During construction, services will include submittal and shop drawing review and approval, testing services, contract administration including inspection for conformance with design and specifications, plans and specifications for change orders, inspection services, and other contract quality assurance functions. Under this Request for Qualifications (RFQ) consideration will be limited to A/E firms with an active design office within the geographical area of Metropolitan New York (Boroughs of Brooklyn, Bronx, Manhattan, Queens, Staten Island, and the Counties of Nassau, Suffolk, Rockland and Westchester) and New Jersey (Counties of Bergen, Essex, Union, Morris, Passaic, Hudson, Middlesex, and Monmouth). The A/E Firm as used in this RFQ means an individual, firm, joint venture, partnership, corporation, association, or other legal entity permitted by law to practice the profession of architecture or engineering that will have contractual responsibility for the work provided under this solicitation. If the A/E Firm is comprised of a partnership, corporation, association, or other legal entity permitted by law to practice architecture or engineering, a complete description of the proposed internal responsibilities of the components must be included in your response to this announcement. At least one key member in any proposed joint venture must have an existing active office within the stated geographic limits. A/E firms must indicate their ability to comply with the area of consideration required as part of their response to this notification. The proposed project team will have the capability to perform the basic design disciplines (i.e. architectural, civil, structural, mechanical & electrical) with in-house personnel; joint venture or firm/consultant arrangements will be considered and evaluated based on the demonstrated interdependency of the members and its ability to provide quality design and post construction contract services. Respondents must have the ability to provide services for project involving demolition and/or hazard abatement. Projects may involve work in historic buildings. Use of specialty consultants may be required (i.e., cost estimating, fire safety, hazardous abatement, historical architect, acoustical, food service, and vertical transportation.) Each contract awardee must have the capability to concurrently perform design and engineering work for at least four (4) GSA Region 2 projects. GSA will require the use of Masterspec, including the GSA supplement in the most current edition as obtained from the American Institute of Architects. The GSA version of the AIA Masterspec is the authorized master guide specification for GSA, Public Buildings Service. Each awardee will be required to purchase the latest update of Masterspec, including those divisions written specifically for GSA, directly from the American Institute of Architects (AIA), at their firm?s expense. Selection will be based on the following three evaluation criteria: (I)ARCHITECTURAL AND ENGINEERING DESIGN EXPERIENCE (40%) - Background with respect to architectural and engineering design for the types of contracts and services specified in this solicitation. Relevant design experience with architectural, electrical, mechanical, structural/civil, energy conservation, fire and life safety, hazardous material abatement, handicapped accessibility, work with Government Agencies and knowledge of applicable Government regulations; value engineering, sustainable (green) design, budget management, construction inspection, quality control, and demonstrated ability to negotiate/mediate and partner in a professional and responsible manner to further the client?s interest. (II) PROJECT DEVELOPMENT & FEASIBILITY STUDIES AND PROJECT TEAM (40%) ? Present background to demonstrate ability to develop feasibility and project development studies, including master planning, scheduling, cost estimating, and control. Education & background qualifications, professional licenses, and affiliations of principal team members. The team?s demonstrated ability to work together to provide similar relevant services to public and private sector clients (with references). (III) MANAGEMENT & ORGANIZATION (20%) - Management approach to performing the work; quality and schedule control/timely performance; cost estimating and control; CAD system and adequacy of office and support facilities; the firm (and its consultants?) capability of staffing the project with qualified personnel from within their existing full time staff in relation to its current workload/ ability to effectively respond to workload fluctuations and to accomplish projects within established schedules/demonstrated continuity of personnel assigned to projects from beginning to end; roles of key personnel; organization chart. This procurement is being issued under the Small Business Competitiveness Demonstration Program (FAR 52.219-19). Before award of a contract, the A/E firm (if not a small business of less than $4,500,000 average annual receipts for the past three (3) years, per NAICS Code 541310/541330) shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established subcontracting goals of 39% for Small Business, including 6% for Small Disadvantaged Businesses, 5% for Women-Owned Small Business, 3% for Hub zone Small Business, 3% for Veteran-Owned Small Business and 3% for Service Disabled Veteran - Owned Small Business concerns. In support of the agency?s effort, A/E firms seeking consideration for this contract shall demonstrate a proactive effort in achieving these goals, and will place subcontracts to the maximum practical extent with the small business categories listed above. The use of consultants will be reflected in a Small Business Subcontracting Plan and included in the contract. Firms must also provide a brief written narrative of outreach efforts made to utilize small business concerns in each of the categories outlined above. The narrative shall not exceed one typewritten page. An acceptable subcontracting plan will be a preaward submission requirement of the selected firm, and must be agreed upon before contract award. Small businesses are not subject to this requirement. Following initial screening of qualifications and performance data, up to five firms will be short listed for interviews and evaluation prior to recommendation and approval of the selected A-E firms. From the interviewed short-listed firms, selections will be made for each of the three contracts, with the expectation that one contract will be set aside for an 8(a) firm, the result of which will be published. A copy of the Scope of Work for this procurement can be obtained from Claudia Rivera, contract specialist. You may request a copy by emailing her at claudia.rivera@gsa.gov, or by fax at 212-264-0588. A cover letter of interest is required. Your letter should reference this FedBizOpps announcement and include a brief description of the A/E Firm and its location, its organizational makeup, its ability to manage workload, development of studies mentioned in this announcement, design and production of construction documents, its noteworthy accomplishments and responses to the submission requirements and evaluation criteria listed above. The A/E Firms will submit its response to the three (3) evaluation criteria in this announcement on a composite Standard Form 330, Part I ? Contract-Specific Qualifications that reflects the entire project team. In addition Standard Form 330, Part II -General Qualifications will be submitted for the prime firm and each proposed consultant, which must be dated and not more than twelve months before the date of this synopsis. In Part 1, Block I of the SF-330 and Part 2, Block 12, the A-E Firm must sign, name, title and date the submittal. Architect-Engineering firms having the capability for this proposed work, in order to be considered, must submit all required documentation, including Standard Form 330 AND a cover letter of interest TO: General Services Administration, 26 Federal Plaza, Room 18-110, New York, NY 10278, by 3:00 pm local time on September 21, 2006. The following information MUST be on the outside of the sealed envelope: 1) Solicitation No.: GS-02P-06-DTC-0024 (N)/Multiple Award Contracts for A/E Design Services. 2) Due Date: September 26, 2006, 3) Closing Time: 3:00 p.m., local time. Late responses are subject to FAR Provision 52.214-7. In Block 9 of the Standard Form 330, Part II, (Page 6) specify only current W-2 payroll (non-contract) personnel of each firm. SUBMISSIONS DELIVERED TO THE ISSUING OFFICE WILL NOT BE ACCEPTED. Award of the contract will be contingent upon availability of funds. This is not a Request for Proposals.
 
Place of Performance
Address: Metropolitan New York area New Jersey. Some projects may be located in the Caribbean, including Puerto Rico and the U.S. Virgin Islands.
Zip Code: 10278
Country: UNITED STATES
 
Record
SN01125165-W 20060826/060824221926 (fbodaily.com)
 
Source
FedBizOpps 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.