SOLICITATION NOTICE
C -- Prospectus Development Study for 11000 Wilshire, Los Angeles, CA
- Notice Date
- 6/4/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Development Division (9PCS), 450 Golden Gate Avenue, 3rd floor West, San Francisco, California, 94102
- ZIP Code
- 94102
- Solicitation Number
- GS-09-09P-KTC-0095
- Point of Contact
- Gregory McSweeney, Phone: 4155223121, Joseph Nolan, Phone: 4155224010
- E-Mail Address
-
greg.mcsweeney@gsa.gov, joseph.nolan@gsa.gov
(greg.mcsweeney@gsa.gov, joseph.nolan@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- C--Architect-Engineer Services Solicitation GSA/PBS, Property Development Division, 3rd Floor West, 450 Golden Gate Avenue, San Francisco CA, 94102 Contractual Point of Contact is Greg McSweeney, Contracting Officer at 415.522.3121. Email address is greg.mcsweeney@gsa.gov. This request is being solicited as a full and open competition, open to both large and small businesses. The NAICS Code is 541310. The General Services Administration (GSA) announces an opportunity for the development of a Prospectus Development Study (PDS) for the Federal Building Located at 11000 Wilshire Boulevard. The anticipated cost of the study is between $500,000 and $750,000. The PDS serves as the technical foundation for the project’s construction/funding request. The PDS also functions as the Scope of Work for the design Architect-Engineer, and provides input to the project’s project management plan. The PDS further serves as a project implementation plan and facility program requirement. The PDS also serves as an effort to streamline the AE’s design process. The firm selected to perform the PDS, and their consultants, will not be eligible to participate in the design of the renovation of the building This is a Request for Qualifications (RFQ) of A/E Firms interested in contracting for this work. The Government will not pay for any proposal costs incurred for either the Prime or consultants. Consideration will be limited to the following criteria: (1) Joint venture or firm/consultant arrangement will be considered and evaluated on a demonstrated interdependency of the member to provide a quality design effort. (2) All firms and their consultants must have in house CADD and BIM capabilities and use AIA Masterspec as the basis for developing the PDS documents. EVALUATION CRITERIA TO BE APPLIED IN THE SELECTION PROCESS IN DESCENDING ORDER OF IMPORTANCE ARE AS FOLLOWS: 1. PROFESSIONAL QUALIFICATIONS: (35%) Professional qualifications necessary for satisfactory performance of required services. Submission Requirements: Provide brief resumes of proposed team members including but not limited to. 1) Principal 2) Project Manager, 3) Senior Architect 4) Senior Electrical Engineer, 5) Senior Mechanical Engineer, 6) Senior Plumbing Engineer, and (7) Senior Structural Engineer. 2. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (35%) Describe the team's specialized experience and technical competence on past studies or design efforts: Submission Requirements: Provide a detailed narrative of up to five (5) 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. 3. ORGANIZATION, MANAGEMENT AND QUALITY CONTROL: (15%) Discuss the firm's organization and management process. Submission Requirement: In a narrative form; a) Outline the A/E's approach to design and project management, and quality control. 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) 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. The procurement is open to both large and small businesses under the Small Business Competitive Demonstration Program. Before the award of the contract the selected firm (if a large business) 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 national subcontracting goals of 45% for Small Businesses, 18% for Small Disadvantaged Businesses, 5% for Small Women-owned Businesses, 3% for HUB Zone Businesses, 3% for Veteran Owned Businesses and 3% for Service Disabled Veteran-owned Businesses. In support of the agency’s efforts, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above goals. The use of subcontractor consultants will be reflected in a Small Business Subcontracting Plan to be submitted upon request by the Contracting Officer. Firms must provide a brief written narrative of outreach efforts made to utilize Small, Small Disadvantaged, Women owned, and Veteran owned businesses. An agreeable subcontracting plan must be agreed to prior to award. REQUIRED DOCUMENTS: Interested firms having the qualifications to meet these requirements are invited to submit three (3) copies of Standard Form 330 along with a letter of interest no later than close of business (3:00 p.m. local time) July 20, 2009. Limit your SF 330 along with supporting data for a total of not more than 30 pages 8 x 11 for the entire team. All responsive offers will be considered. This is not a request for proposal. 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. Contract will be procured under the Brooks Act and FAR Part 15..
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PCS/GS-09-09P-KTC-0095/listing.html)
- Place of Performance
- Address: 11000 Wilshire Blvd, Los Angeles, California, United States
- Record
- SN01835608-W 20090606/090604234905-c5bb2b2550a687ef56f50eee4eb895bd (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 |