SOLICITATION NOTICE
C -- Provide Supplemental Architectural-Engineering Services
- Notice Date
- 10/24/2008
- Notice Type
- Modification/Amendment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Federal Property Management Center (2PMC-M), 26 Federal Plaza, Room 16-124, New York, NY, 10278
- ZIP Code
- 10278
- Solicitation Number
- GS-02P-08-PVD-0047
- Response Due
- 11/13/2008 3:00:00 PM
- Point of Contact
- Leslie Jones,, Phone: 212 264-9760, Florine L. Rhodes,, Phone: 212 264-7379
- E-Mail Address
-
leslie.jones@gsa.gov, Florine.Rhodes@gsa.gov
- Small Business Set-Aside
- N/A
- Description
- This solicitation is hereby amended as follows; A. Project Title and Location: Provide Supplemental Architectural-Engineering (A/E) Services for Repairs, Alterations and New Construction projects primarily in Manhattan, Brooklyn, Queens, The Bronx, Staten Island, Counties of Nassau and Suffolk of Rockland and Westchester B. Contract For: The General Services Administration, Public Buildings Service, Manhattan Acquisition Unit (2POA-M), 26 Federal Plaza, Room 3132, New York, New York, 10278 has a requirement for architectural and engineering services and anticipates awarding three (3) Indefinite Delivery Indefinite Quantity (IDIQ) type contracts as a result of this synopsis. It is anticipated that the maximum quantity required for these contracts will be $5,000,000.00. Competition for this solicitation will be full and open with preference given to eligible HUB Zone, 8(a) and Service-Disabled Veteran-Owned Small Business firms. If no HUB Zone, 8(a) and Service-Disabled Veteran-Owned Business firms meet the minimum requirements set forth herein, award shall be made to the highest qualified firm, regardless of their small business status. Provide Supplemental Term Architectural and Engineering (A/E) Services that includes Pre-Design Surveys, Design Supporting Services with optional Post Construction Contract Services (PCCS), Construction Inspection Services (CIS) and As-built Document Services for planning, design, architectural/engineering including building evaluation of public buildings for a term of one year with four (4)unilateral one (1) year option under a Firm, Fixed Price, Indefinite Quantity Contract for Repairs, Alterations and New Construction projects. The A/E Services shall include other disciplines of Professionals in Mechanical, Structural, HVAC, Electrical, Civil, Interior Designer, Estimator, CAD Operator, Fire Safety Experts, Elevator/Escalator Experts, Historic Preservationist, Asbestos Consultants, INS/ Home Land Security Experts, Acoustical Experts, Seismic Experts, Environmental Experts, Telecommunication Experts and Geotechnical Experts and one or more may be Licensed and/or Certified to perform the trade work. Joint Venture or Firm / Consultants proposals will be considered and evaluated on the basis of their demonstrated skills, abilities and experiences of the members to provide and perform coordinated efforts for the Architectural / Engineering functions, including other disciplines, in an efficient manner with minimum layers of management. C. Scope of Work: Provide multiple award supplemental term A/E services for Architectural/Engineering Firms majoring in architectural, mechanical and electrical design supporting services with other trades. Also, the A/E is expected to be capable of providing architectural and engineering services for modernization projects. Minor architectural projects under the proposed Term Contract will be predominantly architectural & engineering, with associated mechanical &/or electrical &/or structural work. The A/E services will include but are not limited to: Survey of existing conditions and Feasibility Study and investigations; site selection; Planning and Program studies; preparation of Construction Contract documents; specifications; Cost estimates and all other Optional Services included in the Contract. The budget assessments may include cost analysis as well as cost estimating. The A/E Team must have the ability to provide services for the projects involving demolition &/or hazardous material abatement. Projects may involve work in historic buildings. The A/E Team shall use and prepare Computer-aided drafting (CAD) for all project drawings. Drawings shall be in a format, which can be used directly (without converting) by GSA-PBS CAD Standards software supported by CAD desktop software (Autodesk AutoCAD). Computer drawings are to be created with no add-on features or software packages that would affect GSA's ability to open, modify or plot drawing files. Only the standard features of AutoCAD shall be used. Each drawing file shall stand alone, or if another file is referenced, that file shall also be submitted to GSA. Drawing representations shall be in 2D drawings. As a supplement to 2D drawings, three-dimensional drawings are acceptable. Layering shall be, to the extent possible, as specified by the American Institute of Architects (AIA) in the publication "CAD Layer Guidelines". [Optional: Drawings may be formatted and integrated as specified by the AIA's ConDoc methodology.] The Contractor shall list approved deviations in the Deliverables Readme Microsoft Excel workbook required with every submission. The Contractor shall consult with the Regional CIFM Manager regarding current PBS-accepted versions prior to the all submission. Projects documents will be in metric format with enclosed English system format. All work shall comply with the most recent edition of the Facilities Standards for the Public Buildings Service, PBS-P-100 (Revised March 2005), along with all GSA criteria, Standards established by the Secretary of the Interior (NHPA) and National Building Codes referenced therein. The Architectural Barriers Act Accessibility Standard for Accessibility, Chapter 1.10 of PBS-P-100 (Revised March 2005) Accessibility Requirement (ABAAS) is mandatory for all GSA projects. The A/E is responsible for checking to see whether there are local accessibility requirements. If they exist, the most stringent requirements will prevail between local and ABAAS. The criteria of these standards should be considered a minimum in providing access for the physically disabled Dimensions that are not stated as “maximum” or It is GSA policy to make all Federal buildings accessible “minimum” are absolute. All dimensions are subject to without the use of special facilities for the disabled. Conventional industry construction tolerances except The intent of this policy is to use standard building where the requirement is stated as a range with specific products set at prescribed heights and with prescribed minimum and maximum end points. All Security projects shall meet and/or exceed with the Latest Standards established by the INS/Home Land Security Administration. Maximum order limitation shall not exceed $ 5,000,000.00 during base period on any option year. Consideration will be given to interested firms with an all action production office within Manhattan, Brooklyn, Queens, The Bronx, Staten Island, Counties of Nassau and Suffolk of Rockland and Westchester. Firms including consultants and/or joint venture NOT located within the geographic areas mentioned herein will also receive consideration for the subject acquisition as long as they have a local independently operated branch office, and all of the design, coordination, and management of the project will be accomplished in that office. At least one member of any proposed joint venture must have an existing production office within the geographical limitation. Architect-Engineer firms must indicate their capability to comply with the area of consideration required as part of their response to this acquisition. Joint Venture arrangements will be considered and evaluated based upon a demonstrated interdependency of the member capability to provide quality services during the life of the contract. D. The A/E Design Regulations & References: The A/E shall meet or exceed the GSA Design Guide P.100 or all Federal, State and/or City Regulations/Ordinances and/or Executive orders as follows: The Design shall adhere to the requirements of Executive Order 13101, “Greening the Government through Waste Prevention, Recycling, and Federal Acquisition”. At the end of each design phase, a status report shall be submitted detailing how the following requirements were integrated into the project: 1.Planet GSA Green Building Requirements 2.Energy Conservation Policy Compliance 3.Environmental Policies and Regulations 4.Building Code Compliance 5.Americans with Disabilities Act Compliance For all GSA controlled facilities, both owned and leased construction, the following information shall be inserted on plans, drawings and specifications. All building plans, drawings and specifications prepared for construction or renovation and/or security guard services, either in electronic or paper formats, shall have imprinted on each page of the construction drawings or plans in a minimum of 14 bold type: “PROPERTY OF THE UNITED STATES GOVERNMENT- FOR OFFICAL USE ONLY” The following paragraph will be noted on the cover page of the set of construction drawings and on the cover page of the specifications in a minimum of 14 point bold point type: “PROPERTY OF THE UNITED STATES GOVERNMENT. COPYING, DISSEMINATION, OR DISTRIBUTION OF THESE DRAWINGS, PLANS, OR SPECIFICATIONS TO UNAUTHORIZED PERSONS ARE PROHIBITED.” ACCESS ART-IN-ARCHITECTURE CAD CHILD CARE CODES COST ESTIMATING COURTS DESIGN DESIGN GUIDES ENERGY ENVIRONMENTAL POLICY FIRE PROTECTION HAZARDOUS MATERIALS ABATEMENT HISTORIC PRESERVATION METRIC SECURITY & VULNERABILITY SEISMIC SPECIFICATIONS SUSTAINABLE DESIGN VALUE ENGINEERING ACCESS International Building Codes (2006) The Architectural Barriers Act Accessibility Standard for Accessibility, Chapter 1.10 of PBS-P-100 (Revised March 2005) Accessibility Requirement (ABAAS) ART-IN-ARCHITECTURE Art-in-Architecture Program Document (September 4, 2003) Fine Arts Program - Center for Design Excellence and the Arts, Office of the Chief Architect, Public Buildings Service, General Services Administration (Desk Guide 2002) PBS-P-100- Facilities Standards for the Public Buildings Service (Revised March 2005) Section 1.2 General Design Philosophy (Article: Art-in-Architecture) CAD PBS CAD Standards (March 25, 2004) PBS-P-100- Facilities Standards for the Public Buildings Service (Revised March 2005) Appendix A.1 General Requirements (Article: Drawings) CHILD CARE Child Care Design Guide (PBS-100 July 2003) CODES PBS-P-100- Facilities Standards for the Public Buildings Service (Revised March 2005) Section 1.3 National Codes and Standards COST ESTIMATING Pricing Desk Guide - GSA Public Buildings Service (February 6, 2003) Pricing Implementation for Project Management - GSA Public Buildings Service (September 14, 2001) Project Estimating Requirements - GSA Order PBS P 3440.5 (August 24, 1981) PBS-P-100- Facilities Standards for the Public Buildings Service (Revised March 2005) Appendix A.1 General Requirements (Article: Cost Estimates) COURT DESIGN PBS-P-100- Facilities Standards for the Public Buildings Service (Revised March 2005) Section 9 Design Standards for U.S. Court Facilities DESIGN GUIDES PBS-P-100- Facilities Standards for the Public Buildings Service (Revised March 2005) Section 1.5 Guides Child Care Design Guide (PBS-P140) U.S. Courts Design Guide (August 2004) Courtroom Technology Manual (August 1999) U.S. Attorney's Design Guide (Memorandum dated October 8, 1998 - Subject: Space Allocation Standard for United States Attorney's Offices that was sent by Henry Singer, Acting Assistant Commissioner, Office of Business Performance and Donna A. Bucella, Director, Executive Office for United States Attorneys Department of Justice to Assistant Regional Administrators, Public Buildings Service U.S. Marshals Service Requirements and Specifications for Special Purpose and Support Space Manual - Volume 1 Central Courthouse Management Group And Engineering and Architectural (USMS Pub No. 64 Revised May 2001) U.S. Marshals Service Requirements and Specifications for Special Purpose and Support Space Manual - Volume 2 Electronic Security and Hardware (USMS Pub No. 64 Revised May 2001) U.S. Land Port of Entry Design Guide, GSA Public Buildings Service, Office of the Chief Architect, Border Station Center of Expertise - P130 (February 2, 2001) [Note: The GSA will provide this guide to the A-E on a CD-ROM.] PBS-P-100- Facilities Standards for the Public Buildings Service (Revised March 2005) ENERGY Executive Order 12759 - Federal Energy Management - Executive Order 12759 Outlines The Federal Government's Energy Management Program (April 17, 1991) ENVIRONMENTAL POLICY PBS NEPA Desk guide (October 1999) FIRE PROTECTION PBS-P-100- Facilities Standards for the Public Buildings Service (Revised March 2005) Section 7 Fire Protection Engineering Fire Protection Engineering and Life Safety (September 8, 2003) HAZARDOUS ABATEMENT DESIGN PBS-P-100- Facilities Standards for the Public Buildings Service (Revised March 2005) Section 1.6 Environmental Policies and Practices (Articles: Lead-Based Paint and Asbestos Containing Materials) State of New York Department of Labor - Industrial Code Rule 56 (As Amended Effective November 9, 1994) 29 CFR Parts 1926.62 - U.S. Department of Labor, Occupational Safety and Health Administration - Lead HISTORIC PRESERVATION The Secretary of the Interior Standards for Rehabilitation and Guidelines For Rehabilitating Historic Buildings - 36 CFR 67 (Latest Edition) http://www.cr.nps.gov/hps/tps/tax/rhb/stand.htm GSA Order - ADM P 1020.2 - Subject: Procedures for Historic Properties (October 19, 2003) Historic Buildings Program Historic Federal Building Database METRIC Metric Design Guide - PBS-PQ260.1.9 (September 1995) SEISMIC Executive Order 12699 - Seismic Safety of Federal and Federally Assisted or Regulated New Building Construction (January 5, 1990) PBS-P-100- Facilities Standards for the Public Buildings Service (Revised March 2005) Section 4.2 Codes and Standards SECURITY AND VULNERABILITY PBS-P-100- Facilities Standards for the Public Buildings Service (Revised March 2005) Section 9.8 Security Design SPECIFICATIONS PBS-P-100- Facilities Standards for the Public Buildings Service (Revised March 2005) Appendix A.1 General Requirements (Article: Specifications) SUSTAINABLE DESIGN PBS-P-100- Facilities Standards for the Public Buildings Service (Revised March 2005) Section 1.6 Environmental Policies and Practices (Article: Sustainable Design) Federal Register Environmental Documents - Comprehensive Guideline for Procurement of Products Containing Recovered Materials [Federal Register: November 13, 1997 (Volume 62, Number 219)] http://www.epa.gov/fedrgstr/EPA-WASTE/1997/November/Day-13/f29734.htm VALUE ENGINEERING Value Engineering Program Guide for Design and Construction; Volume 1 Internal Operations and Management [PBS - PQ-250] (December 14, 1992) http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentType=GSA_DOCUMENT&contentId=14792 Value Engineering Program Guide for Design and Construction; Volume 2 Contracting Officers and Professional Services Contractors [PBS-PQ251] (May 10, 1993) E. The A/E Evaluation Criteria: Successful Bidder will be evaluated based upon the established A/E Evaluation Board Criteria as follows: **** 1. TECHNICAL EXCELLENCE (35%): The design firm including their sub-team and/or partner firm and/or joint venture firm shall demonstrate technical excellence of the firm in design for their Professional work for the following trade: Architectural, Structural, Mechanical, Fire & Safety, Historic Preservation, Handicapped Facility, Civil, Electrical, Security and Elevator/Escalator including but not limited to Asbestos work. The team must demonstrate and provide evidence that they have experience working with Federal, State and City Government in the Geographic locations mentioned herein and shall provide a list of projects and illustrate with samples. The firm must also demonstrate that they have necessary experience in using project management strategies when meeting a project timeframe as it relates to the A/E schedule, budget, and quality performance goals. ****2. PROJECT TEAM and their PROFESSIONAL QUALIFICATIONS (25%): The design team must possess registered personnel with experience in the following disciplines: Architectural, Structural, Mechanical, Electrical, Civil, Land Surveying, Geotechnical (Soils Engineer), Fire Protection Engineer and Environmental. The design team must possess registered professionals or the ability to provide registration compliance within Manhattan, Brooklyn, Queens, The Bronx, Staten Island, Counties of Nassau and Suffolk of Rockland and Westchester. The firm including their consultants and/or joint venture must demonstrate that they have experience with all environmental laws, knowledge of local codes, permits, practices, safety requirements and construction materials within Manhattan, New York. Address the proposed method of carrying out the work to meet the anticipated project requirements. Firms must show that they have experience with present staff members as well as other A-E firms specifically on projects addressed in evaluation factor (A). Firms must show capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to meet unexpected project demands. ****3. DESIGN ABILITY (15%): Provide four projects concurrently with Visual and narrative evidence of Team’s ability with respect to innovative design solutions, including development of various concepts and alternative approaches, with emphasis on major projects accomplished within a, either, Federal and/or State and/or City Facilities. experience in performing at least. The design team must also demonstrate they can accurately estimate the construction project within 6% statutory limitation regulations. The firm will be evaluated in terms of their current workload along with their projected project team workload. The design team must also provide a plan and a schedule on how they propose to accomplish the work. Provide names of the key personal as an individual and as a team in an organizational chart, roles of key personnel, availability and commitment of key personnel, value engineering and management plan. ****4. PAST PERFORMANCE (15%): Provide and illustrate examples of specific projects, including past and/or current projects performed with the Federal, State and/or City Government Agencies and/or private industry. Provide specific examples of constructability & bid ability reviews, cost control and estimating performance on past projects and how the mission/goal was accomplished of an organization. ****5. Quality Control Program (10%): The A/E firm will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications-list key personnel responsible. The A/E firm and their subs including joint venture firms shall demonstrate knowledge of life cycle cost analysis and energy conservation. The A/E firm shall demonstrate that they are willing to devote their facilities to the contract work in terms of providing qualities important to successful performance including having necessary equipments and GSA compatible computer hardware/software programs to execute the uninterrupted work. Selection criteria will be used in combination with Standard Form 330, Architect-Engineer Qualifications, Part I: Qualifications for a specific contract and Part II: General qualifications of a firm or a specific branch office of a firm. A separate Part II for each branch office that has a key role on the team, and a separate Part II for each consultant must be provided. Three copies of your qualifications (SF 330) will be required. An A-E Evaluation Board will consist of GSA team members and they will evaluate each submission under this acquisition. The boards will establish a shortlist of three to six firms under this acquisition. The short listed firms will be notified and asked to submit more detailed information. Candidates should be prepared to discuss all aspects of the criteria indicated above as well as evaluation criteria established under this announcement. Emphasis will be placed on the A-E team’s understanding of the unique aspects of the term contract, their design philosophy, project management process, constructability & bid ability review practices, and quality assurance plan. Responses to the evaluation criteria and interview questions will be used to rank the short list A-E firms for the proposed contract. Scope of services and draft contract will be furnished to all firms being interviewed under this acquisition. From the interviewed short listed firms, selection will be made, the result of which will be published in the Fedbizopps. A Request for Proposal (RFP) will be issued to the top ranked firm selected in order of preference, and determined by the Evaluation Board(s) based upon the Selection Criteria and Interviews. The A-E selected for this proposed contract will be required to furnish to the contract officer preliminary salary, overhead and profit rates within 14 calendar days of selection notification. It is prohibited to pay any fee, commission, and percentage or brokerage fee to any person or firm contingent upon, or resulting from award of a contract. For the purpose of verifying site conditions, the evaluation board will perform site visits to the A-E Office. 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 3132, New York, New York 10278 on November13, 2008 by 3:00PM, local time. Late responses are subject to Far Provision 52.214-7. In Block 9 of the Standard Form 330, Part II, Page (6) specifies 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.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5435b1194da9f266a2a918729c1e43a6&tab=core&_cview=1)
- Place of Performance
- Address: Manhattan, Brooklyn, Queens, The Bronx, Staten Island, Counties of Nassau and Suffolk of Rockland and Westchester., New York, New York, 10278, United States
- Zip Code: 10278
- Zip Code: 10278
- Record
- SN01696029-W 20081026/081024214942-5435b1194da9f266a2a918729c1e43a6 (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 |