Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2010 FBO #3080
SOLICITATION NOTICE

C -- Two Single Award Regionwide Indefinite Delivery Indefinite Quantity Engineering and Design Services Contracts for Building Envelope, Roofing and Waterproofing

Notice Date
4/29/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Philatlantic Service Center (3PP), The Strawbridge Building, 20 N 8th Street, 8th Floor, Philadelphia, Pennsylvania, 19107-3191
 
ZIP Code
19107-3191
 
Solicitation Number
GS-03P-10-CDD-0500
 
Point of Contact
Patricia Y Ring, Phone: 215-446-4666
 
E-Mail Address
patricia.ring@gsa.gov
(patricia.ring@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
TWO SINGLE AWARD REGIONWIDE INDEFINITE DELIVERY INDEFINITE QUANTITY ENGINEERING AND DESIGN SERVICES CONTRACTS FOR BUILDING ENVELOPE, ROOFING AND WATERPROOFING CATEGORY: C - Architect and Engineering Services Synopsis: Engineering and design services for two indefinite quantity contracts for the preparation of architectural and engineering studies, plans, specifications, and cost estimates for roofing, waterproofing, façade, and other building envelope projects. These contracts shall also include construction inspection services for the disciplines listed above. The work under these contracts is anticipated to occur within GSA Region 3 including the states of Delaware, Pennsylvania, New Jersey, Maryland, Virginia and West Virginia. Contract #1 will be used primarily for work in GSA Region 3, North D esign and Construction Division, including the DE, PA, NJ, and northern WV. Contract #2 will be used primarily for work in GSA Region 3, South D esign and Construction Division, including MD, VA, and southern WV. However, work from any state may be added to either contract at the discretion of the Government. You must specify which of the contracts you would like to be considered. Interested firms must specify which contract they wish to be considered for; if both, provide two separate packages; one for each area of consideration. Work under these contracts will be for engineering, study and design services for all major building envelope components including, but not limited to, the following: 1. Roofing Systems including all types of commercial building roofing installations, waterproofing membranes, insulation, drains, sealants, caulking and roofing walls ; 2. Building Foundation walls and floor slabs; 3. Building Façade s such as building walls, exterior doors and windows; In addition, engineering and design services may include the following sustainable design and other building envelope related project components: 1. Photovoltaic panels including, but not limited to, crystalline and thin film panels; 2. Green Roofing Systems; 3. Cool Roofing Systems; 4. Structural evaluation of roofing systems; 5. Rooftop mechanical and electrical equipment; 6. Historic Preservation; 7. Hazardous waste materials The following services may also be required: development of requirements; preparation of engineering evaluations, project scope, and unit guidance or parametric cost estimating; development of alternatives and economic analysis; utilities, access, constraints and identification of environmental issues; development of design-build Request for Proposal packages; construction administration services including, but not limited to, responses to R equests for Information (R FIs ), submittal review, consultation and inspection during construction, and preparation of as-builts; and commissioning services. Firms are advised that the selected firm, its subsidiaries or affiliates which design or prepare specifications for a construction contract, cannot provide the construction services for the same contract. This includes concept design, request for proposals for Design-Build projects, or other activities that result in identification of project scope and cost. The work stated above may involve multiple task orders to be done concurrently within the geographical area as stated above. THE A/E OF RECORD HAS UP TO 45 CALENDAR DAYS AFTER AWARD OF THE CONTRACT TO ESTABLISH A PRODUCTION CAPABILITY WITHIN THE GENERAL GEOGRAPHIC AREA. GSA will consider only prime firms capable of providing at least 35% overall design and engineering services in-house from an existing office within the geographic region to be covered by these contracts. GSA is committed to excellence in design. Projects under this contract are for repair, replacement, and alteration work in federal facilities and most projects will also involve occupied buildings, many of which are historically significant. Hazardous materials such as incidental asbestos and lead may be encountered in existing facilities. The A/E's Industrial Hygienist will be required to identify and quantify the types and locations of hazardous materials that may be abated during construction and will be required to provide abatement recommendations. Furthermore, knowledge of airborne pathogen concerns is required. Only designers qualified in accordance with the EPA Asbestos Model Accreditation Plan may design asbestos projects. Project designers must be licensed in the State in which the project is located. GSA utilizes Design-Build as the one of the preferred method for acquiring capital improvements. Though Design-Bid-Build methodologies (with the preparation of 100% Plans and Specifications) will continue to be utilized, a significant number of projects will likely require preparation of Requests for Proposal packages for Design-Build solicitations using abbreviated (0% - 30%) design documentation. Packages would include elements of site/engineering investigation, architectural programming, and functional/performance specifications. It is GSA's intentio n to award two (2) separate IDIQ contracts to firms that can meet the requirements to GSA's satisfaction. Firms must have the organizational capability to service the entire geographic region cited in this announcement. Firms must have previous experience and must be able to provide full roof inspection services on call throughout the designated areas. Several work orders for design and/or inspection services may be issued simultaneously, especially for inspection services. Firms should be able to provide full time inspectors at several locations simultaneously. Prime firms and consultants must comply with GSA Mid-Atlantic Region's CAD Deliverable Policy. GSA CAD Deliverables Policy and Drawing Analysis Program (DAP) will be incorporated as a requirement in the awarded contracts. The DAP is a software utility that generates reports (both tabular and graphical) that are used to aid in the identification of some (but not all) GSA CAD standards compliance issues. The utility is an aid to compliance, but is not guaranteed to work in all versions of AutoCad or any other product, and does not make drawings compliant to enumerate all issues of noncompliance. The party responsible for producing the drawings is ultimately responsible for compliance with the GSA policy. The detailed CAD Deliverable Policy may be accessed on the internet at http://www.gsa.gov/midatliccadpolicy. The contractor agrees that all CAD, blueprints, specifications, and/or other materials generated for use by the contract on the project, whether in machine readable form or not, shall belong at all times to the General Services Administration (GSA) and shall be delivered to GSA at the times specified and within the schedules contained in the Agreement or at the termination of the Agreement, whichever comes first. SIGNIFICANT EVALUATION FACTORS TO BE APPLIED IN THE SELECTION PROCESS IN DESCENDING ORDER OF IMPORTANCE ARE AS FOLLOWS: SPECIALIZED EXPERIENCE: Recent experience of the design team members individually and collectively as a total team (A/E, client, outside agencies) in the type of work required or evidence of similar relevant project experience (as describe above) and in: a) Performing comprehensive studies (with an emphasis on moisture intrusion and physical condition assessment) including preparation of e ngineering evaluations, project recommendations, project scope, and cost estimating ; b) development of requirements; c) development of design-build RFP packages; d) project inspection and construction administration services (including commissioning); e) sustainable design including waste management, green roofing, and photovoltaics; f) hazardous waste removal g) historical building concerns and g ) federal government projects. PROFESSIONAL QUALIFICATIONS: Technical competence by discipline (education, registration, certification, licensure, and experience) of individual design team members. At a minimum, professional registration is required of one individual in each of the specified disciplines. Design team members must demonstrate the qualifications necessary to successfully evaluate, recommend and design commercial building envelope projects. Also, the team must demonstrate the necessary qualifications to successfully complete historic preservation projects within the federal government. The A/E must be able to provide qualified roofing inspectors for multiple projects at all times throughout the life of the contract. The A/E must be able to provide, through in-house or consultants, a project designer for each state who is licensed by that state in accordance with the EPA Asbestos Model Accreditation Plan who shall be available to handle all asbestos design aspects of projects for each state within the geographic area of the project. CAPACITY: a) Capacity of the firm and project team to accomplish multiple, large, and small projects simultaneously, and b) Ability to sustain the loss of key personnel while accomplishing work within the required time limits. PAST PERFORMANCE: Past Performance ratings by government agencies and private industry with respect to quality, performance, compliance with schedules, and cost control. LOCATION: a) Location in the general geographical area of the anticipated projects; b) knowledge of local site conditions and applicable regulatory requirements; c) ability to ensure timely response to requ ests for onsite project support. In order to receive full credit for this factor, the firm must demonstrate that at least 35% of A/E contract services will be accomplished in-house from an existing office within the geographic boundaries established for this solicitation. Type of Contract: Indefinite Quantity Contract/Firm Fixed Price Task Order. Estimated Start Date: September 1, 2010. There will be no dollar limit per project. The total fee that may be paid under each contract (including the option years) will not exceed $ 5,000,000 for the entire contract term. The duration of each contract will be for one year from the date of an initial contract award with options for four additional one-year periods. The minimum guarantee for the entire contract term (including option years) will be satisfied by award of the initial project. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of A/E performance under the subject contract. The NAICS code is 5413 3 0 and the small business size standard classification is $4, 5 00,000.00. There will be no dollar limit per project. The government makes no representation as to the number of task orders or the actual amount of work to be ordered. The minimum guarantee for the contract shall be $2,500 for the entire contract period (including option years). The contract will include hourly rates for anticipated disciplines at various levels for use in negotiating fixed price task orders. THE PROPOSED CONTRACT IS BEING SOLICITED AS A 100% SMALL BUSINESS SET-ASIDE. ONLY SMALL BUSINESS CONCERNS WILL BE CONSIDERED FOR THIS PROCURMENT. All contractors are advised that registration in the Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to be registered in the CCR database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. A/E firms, which meet the requirements described in this announcement, are invited to submit a completed SF330 along with a letter of interest to the office shown above. The SF330 mus t provide a summary of how the firm meets the stated evaluation criteria for this contract (NOTE: Slated firms will be required to provide this information in an electronic text format (such as Microsoft word). SF 330s will be evaluated to determine the most highly qualified firm based on criteria responses. Evaluating past performance and experience may include review of information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, inaccessible points of contact, or valid phone numbers could result in a firm being considered less qualified. SUBMISSION PACKAGE REQUIREMENTS : Firms desiring consideration shall submit five (5) completed Standard Form 330, Part I and Part II along with a letter of interest identifying this announcement by solicitation number and stating which contract they are interested in by no late r than 2:00 PM EST, June 2, 2010 to: GSA Mid-Atlantic Region, The Strawbridge Building, 20 North 8th Street, 8th Floor, Philadelphia, PA 19107 attn: Patricia Ring, Contract ing Officer. Firms must separately address the evaluation factors and relate where information can be found in the submittal package relative to each factor. Facsim ile responses will not be accepted. A pre-proposal conference will not be conducted; however, questions may be submitted by fax t o Ms Ring at 215.446.4666 or e-mailed to: pa tricia.ring@g sa.gov THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. Work orders issued under this contract will include Sensitive But Unclassified (SBU) building information. SBU documents provided under these work orders are intended for use by authorized users only. In support of this requirement, GSA requires the A/E firm and all consultants to exercise reasonable care when handling documents relating to SBU building information per the contract. The efforts required above shall continue throughout the entire term of the contract and for whatever specific time thereafter as may be necessary. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work). Destruction shall be done by burning or shredding hardcopy, and/or physically destroying CD's, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software. REASONABLE CARE: 1. Limiting dissemination to authorized users. Dissemination of information shall only be made upon determination that the recipient is authorized to receive it. The criterion to determine authorization is need-to-know. Those with a need-to-know are those who are specifically granted access for the conduct of business on behalf of or with GSA. This includes all persons or firms necessary to do work at the request of the Government, such as architects and engineers, consultants, contractors, sub-contractors, suppliers, and others that the contractor deems necessary in order to submit an offer/bid or to complete the work or contract, as well as maintenance and repair contractors and equipment service contractors. 2. Term of Effectiveness. The efforts required above shall continue throughout the entire term of contract and for what specific time thereafter as may be necessary, as determined by the Government. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. 3. Written agreement of disposal. For all contracts using SBU building information, the contractor shall provide a written statement that he and his subcontractors have properly disposed of the SBU building documents, with the exception of the contractor's record copy, at the time of Release of Claims to obtain final payment. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work). Destruction shall be done by burning or shredding hardcopy, and/or physically destroying CDs, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software. The recipient acknowledges the requirement to use reasonable care, as outlined above, to safeguard the documents and, if not awarded, the contract (and at the completion of any protest/appeal process) will make every reasonable and prudent effort to destroy or render useless all SBU information received during the solicitation. SELECTION INTERVIEW REQUIREMENTS: Personal interviews will be scheduled for firms slated as most highly qualified. Firms slated for interviews will be asked to explain management and design team components, quality control (QC) process; and to provide design solutions to actual/hypothetical projects, in addition to providing a draft small business subcontracting plan (if applicable). Elaborate presentations are not desired.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PPRE/GS-03P-10-CDD-0500/listing.html)
 
Place of Performance
Address: See Above, Philadelphia, Pennsylvania, 19107, United States
Zip Code: 19107
 
Record
SN02136255-W 20100501/100429235225-a132cca0aa51ad00053abb75830187b6 (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.