Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2008 FBO #2368
SOLICITATION NOTICE

C -- Architect Engineer IDIQ Contract

Notice Date
5/19/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), San Francisco Project Executive Branch (9PCE), 450 Golden Gate Avenue, 3rd Floor West, San Francisco, California, 94102
 
ZIP Code
94102
 
Solicitation Number
GS-09P-KT-D-0085
 
Point of Contact
Greg F. McSweeney,, Phone: 415-522-3121
 
E-Mail Address
greg.mcsweeney@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
SYNOPSIS FOR ARCHITECT-ENGINEER IDIQ CONTRACT This request is being solicited as a Small Business Set-Aside. The size standard determination for this acquisition is based on average annual receipts of not more than $4.5 Million over the latest three (3) completed fiscal years. The NAICS Code is 541330. The contract will result in multiple, firm-fixed price indefinite delivery, indefinite quantity (IDIQ) contracts to provide Architect and Engineering services based on, but not limited to: The issuance of task orders for the preparation of designs, plans, specifications, estimates, record drawings, miscellaneous studies and reports including but not limited to Building Evaluation Studies and Project Development Studies, surveys, and construction support services for projects managed by GSA Region 9. This includes the states of California, Arizona, Nevada and Hawaii. The scope of architectural and engineering services under this proposed contract includes, but is not limited to the following: programming; pre-design; the preparation of studies; site investigation; survey reports; systems evaluations; complete design development and construction document services (space planning, interior design, architectural, mechanical, electrical, plumbing, civil, structural, fire protection, vertical transportation, life safety, security, historical and code compliance); cost estimating, hazardous material remediation, procurement support; post-construction-award services; and other related supplemental services if so requested by the Government The duration of the base period will be one (1) year. The contract will include a clause for four (4) options, each of which could extend the contract for an additional one (1) year period and may be exercised at the option of the Government. The Maximum Order Limitation is $2,000,000 for each one-year period. The minimum guarantee for this contract is $5,000. The selected firm must negotiate overhead, profit and hourly rates for anticipated disciplines for use in negotiating fixed priced task orders. Consideration will be limited to the following criteria: (1) firms having an existing active design production office within the geographic area of Region 9. (2) Joint venture or firm/consultant arrangement will be considered and evaluated on a demonstrated interdependency of the member to provide a quality design effort. (3) All firms and their consultants must have in house CADD capabilities and use AIA Masterspec as the basis for developing the construction contract documents. EVALUATION CRITERIA TO BE APPLIED IN THE SELECTION PROCESS IN DESCENDING ORDER OF IMPORTANCE ARE AS FOLLOWS: 1. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (35%) Specialized experience and technical competence in the type of work required and where appropriate, experience in energy conservation, pollution prevention, waste reduction and the use of recovered materials. Submission Requirements: Provide a detailed narrative of up to ten (10) maximum relevant projects (not ten projects for each firm or consultant), completed within the last five (5) years, that best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the teams experience with projects of similar size and scope to those to be performed under this contract. In addition, address the following: a) Describe the team's knowledge of airborne pathogen concerns. b) Demonstrate the team's proficiency with metric design. c) Describe the teams experience in sustainable design, use of the U.S. Green Building Council LEED System including descriptions of waste reduction techniques and energy efficiency in facilities designed by the team, and familiarity with use of recovered materials on construction contracts per the Federal Acquisition Regulations (FAR) clause 52.223-9. d) Describe the team's familiarity with security criteria for the safety of personnel in Federal facilities and associated mitigation measures in design and construction, including, but not limited to, standoff distances, blast resistant design and prevention of progressive collapse. e) Describe the teams experience in and performance on the preparation of Building Evaluation Study or Project Development Study f) Describe your experience with high performance energy efficient buildings. g) Describe your experience with BIM and describe in what way BIM was used on the project. These requirements may be fulfilled by the offeror or a team sub consultant with the appropriate background. 2. PROFESSIONAL QUALIFICATIONS: (30%) Professional qualifications necessary for satisfactory performance of required services. Submission Requirements: Provide brief resumes of proposed team members who will specifically serve as the Project Managers, Designers of Record (Architect, Civil Engineer, Structural Engineer, Mechanical Engineer, Electrical Engineer and Fire Protection Engineer), Interior Designer, Cost Estimator, Industrial Hygienist, and Historic Preservation Specialist. In addition, provide brief resumes of other team members who will perform technical tasks under this contract. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a maximum of five (5) specific completed projects.. 3. ORGANIZATION, MANAGEMENT AND QUALITY CONTROL: (20%) Discussion of the firm's organization and management process. Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. Submission Requirement: In a narrative form; a) Outline the A/E's approach to design and project management. Document the A/E's ability to handle projects with multiple end-users and complex requirements; b) Describe the team's organization. Describe the extent of the A/E's previous experience with the proposed consultants and its demonstrated ability to effectively manage the prime-consultant relationship. c) Address the teams QC processes for checking and verifying plans and specifications for errors, omissions and quality, documenting design decisions, and incorporating and tracking review comments. d) Describe the teams ongoing Communication Plan. 4. PAST PERFORMANCE: (15%) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Points of contact provided in other criteria may be contacted. A firm with no record of past performance information shall be evaluated neither favorably nor unfavorably. Submission Requirement: a) For each Federal project provided as experience under Criteria 1, provide a copy of all Performance Evaluations (Architect/Engineer) issued for that contract. For non-Federal contracts, provide facility owner documentation of the firms performance issued on that contract. If no documentation exists, so state. b) Provide accessible owner points of contact-name, title, address, telephone number, and fax number; and c) Provide copies of awards and letters of appreciation/commendation The Government evaluation board will review qualifications and then establish a shortlist of three to six firms. The board reserves the right to hold interviews with each short-listed firm. REQUIRED DOCUMENTS: Interested firms having the qualifications to meet these requirements are invited to submit three (3) copies of Standard Form 330 and supporting documentation, along with a letter of interest no later than close of business (3:00 p.m. local time) June 20, 2008. Limit your SF 330 along with supporting data for a total of not more than 70 pages 8 x 11 for the entire team. All responsive offers will be considered. This is not a request for proposal. The Government intends to award from one to four contracts from this notice but reserves the right for other awards. Address Technical Proposal to: General Service Administration, Property Development Division, 9PC, 3rd Floor West, 450 Golden Gate Ave., San Francisco, CA 94102, Attn: Greg McSweeney. Small Disadvantaged, Women-Owned, HUBZone, Veteran-Owned and Disable Veteran Owned businesses are encourage to submit proposals. It is recommended that, while viewing the synopsis on FedBizOpps.gov, contractors register to receive notification of updates to this acquisition. All questions regarding the nature of this notification should be directed to Greg McSweeney, Contracting Officer, (415) 522-3121, greg.mcsweeney@gas.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=50a814d947af6f2fe48332bbd0d80248&tab=core&_cview=1)
 
Place of Performance
Address: Phillip Burton Federal Building, 450 Golden Gate Avenue, Third Floor West, San Francisco, California, 94102, United States
Zip Code: 94102
 
Record
SN01576430-W 20080521/080519223338-50a814d947af6f2fe48332bbd0d80248 (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.