Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2011 FBO #3522
SOLICITATION NOTICE

C -- IDIQ Architect-Engineering Services

Notice Date
7/15/2011
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Division (4PQAP), 77 Forsyth Street, Terrace Level, Atlanta, Georgia, 30303, United States
 
ZIP Code
30303
 
Solicitation Number
GS-04P-11-BV-D-0033
 
Archive Date
9/13/2011
 
Point of Contact
Corlis J. Moore, Phone: 4045263120, Gwendolyn Rackley, Phone: 404-562-0851
 
E-Mail Address
corlis.moore@gsa.gov, Gwendolyn.Rackley@gsa.gov
(corlis.moore@gsa.gov, Gwendolyn.Rackley@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
IDIQ Architect-Engineer Services Solicitation No.: GS-04P-11-BV-D-0033 The U.S. General Services Administration (GSA) Southeast Sunbelt Region announces an opportunity for design excellence in architecture, engineering and allied building design professions. Highly qualified firms who are committed to design excellence, client service, collaboration, and sustainable design are invited to compete as prime design professional or as a sub-contractor/consultant to a prime design professional on one or more of the “short-listed” teams. Brooks Act (PL 92-582) “qualifications-based” procedures and FAR Part 36 will be used in these contract procurements. This is not a request for proposal. GSA intends to award a total of two (2) Indefinite Delivery/Indefinite Quantity (IDIQ) Architect-Engineer (A-E) contracts for use in issuing subsequent contract delivery orders for projects located in the states of Alabama and Mississippi. Both procurements are set-aside for Small Business concerns. A “Small Business” for architectural and engineering is defined as one in which average gross receipts for prior three years does not exceed $4.5 million.” The prime contract A-E Firm must have an active production office located within the geographic area in which it seeks contract award at least 90 days prior to the date of this Notice and be a fully licensed business entity in at least one of the states in the geographic area. “A-E Firm” is defined as the legal entity having prime contractual responsibility to GSA for delivery of services. At least one of the firms must satisfy this geographic area requirement for a production office in order to qualify for consideration if the A-E Firm is a partnership, association, joint venture or other legal entity comprise of more than one firm. “Active production office” is defined as “an office where A-E services are routinely and regularly provided - not a marketing or construction site office.” In developing the complete team of consultants required for this solicitation, those offerors selected for the short list are advised that the structural, mechanical, electrical, engineers must also be located within the states of Alabama or Mississippi. Each contract will consist of a one (1) year base contract period and four (4) consecutive one-year contract renewal option periods. Each of the one year options may be unilaterally exercised by GSA. A guaranteed minimum fee of $1,500 shall apply to the base contract year. There is no guaranteed minimum fee for contract option years. The maximum total annual fee from all delivery orders issued under each contract shall not exceed $2 million per year. Projects designed under delivery orders to these IDIQ contracts will typically have a construction cost below the Prospectus limitation ($2.89 million for FY2012). GSA’s program objectives for these contracts are to: 1) provide A-E services for repair and alteration (R&A) projects in the states of Alabama and Mississippi; 2) supplement GSA’s in-house technical staff by using the contract A-E as an extension of GSA’s staff; and 3) provide GSA access to expert consulting services for a variety of tasks and building projects. Projects will be designed and constructed in the International System of Units (SI or Metric) as listed in the Federal Standard 376A, Preferred Metric Units for General Use by the Federal Government, inch-pound system for small projects, or dual system of both inch-pound system and metric system. The type of building design and construction projects on which the services of these contracts are contemplated to be used includes: roofing repairs or replacement; window repairs and replacement; masonry re-pointing, caulking and cleaning; installation, repair, or replacement of HVAC equipment; installation, repair or replacement of electrical systems; installation, repair or replacement of water supply and drainage systems; installation, repair or replacement of energy management systems, electronic security and fire alarm systems; installation, repair, or modification of fire sprinkler systems; installation, repair or replacement of elevators and escalators; interior space alterations. Other services and deliverables which may be contracted for using these contracts include the preparation of feasibility studies, program development studies (PDS), design programs, planning studies, building evaluation reports (BERs), bidding/construction contract documents, cost estimates, real estate market trend analysis, and real estate economic analysis. The A-E Firm shall include on its team the following design disciplines: architecture, planning, structural engineering, civil engineering, geotechnical engineering, mechanical engineering, electrical engineering, acoustical, landscape architecture, interior design, cost estimating, lighting, elevator, audio-visual, security, life safety and fire protection, courts design, historic preservation, and hazardous-material abatement. The A-E shall also include on its team, real estate advisory professionals with capabilities in real estate marketing and financial analysis. SELECTION PROCESS: The selection of the two A-E IDIQ contracts will be made using in a two stage process as follows: Stage I - the technical qualifications and experience of proposed A-E firms will be evaluated. A “short-list” will be established of the A-E Firms determined to be most highly technically qualified. The short-listed A-E Firms will be invited to continue with Stage II of the selection process. Stage II – the technical qualifications and experience of the “short-listed” A-E Firms and their complete team of engineers and consultants will be evaluated from technical proposals and oral presentations. The short-listed A-E Firms will be ranked in order of preference and the highest ranked firms will be selected. STAGE I SUBMISSION REQUIREMENTS A-E Firms that fully meet the requirements described in this notice are invited to submit a Letter of Interest, a completed SF330 Part II for the A-E Firm only, and responses to the submission requirements and evaluation criteria listed below. Identification of engineers, except for lead engineer, and consultants should not be included in Stage I of the process. Briefly describe in the Letter of Interest, the firm and its location, noteworthy accomplishments, and the proposed working and legal relationship between its components if the A-E Firm is a Partnership, Corporation, Association, Joint Venture, or other legal entity. All documentation shall be in an 8 ½” x 11” format. The assembled content for the Stage I submission should be no more than 1/4 inch thick. Proposals shall be spiral bound or bound in a three ring binder, assembled in a manner that corresponds to the four Evaluation Criteria listed below. Submissions received via e-mail or facsimile will NOT be accepted. In support of the sustainable practices of resource conservation and material recycling, submissions should be concise, make wise use of recycled/recyclable paper and other materials, and be organized in such a manner that the recyclable materials can be easily removed after use. Printed/copied double-sided documents should be submitted to the extent possible. Registration in Online Representations and Certifications Application (ORCA) is encouraged in responding to this solicitation (http://www.bpn.gov). Active registration in CCR is required in order to conduct business with the Federal Government. STAGE I - EVALUATION CRITERIA The Evaluation Criteria and associated relative “weight” for each criteria element is as follows: 1. A-E Firm’s Design Portfolio (35%) 2. A-E Firm’s Past Performance in Providing A-E Services (35%) 3. A-E Firm’s Specialized Experience (15%): 4. Qualifications and Experience of Key Personnel (15%) The four Evaluation Criteria and submission requirements for each are further described below: 1. A-E Firm’s Design Portfolio (35%) This evaluation criteria is intended to demonstrate the full range of the A-E Firm’s architectural design excellence capability. Submit: 1) a narrative describing the firm’s design philosophy and practical approach to delivering Design Excellence to its clients in a consistent manner; and 2) a portfolio of not more than five projects (with no more than five pages per project) all completed in the last ten years illustrating comparable services and types of projects contemplated for these IDIQ contracts. The portfolio for each project shall consist of: a narrative describing: the specific design approach for the project; how the client’s program, budget, image, mission, schedule, and operational objectives were satisfied by the overall design/planning solution; any design awards/commendations received; and drawings and photographs illustrating the design solution. 2. A-E Firm’s Past Performance in Providing A-E Services (35%) Submit: narratives, photographs, and drawings of no more than three (3) pages each for no more than five (5) projects for at least three different clients completed within the last ten years, all having a construction value of $1 million or more. Do not duplicate anything submitted for A-E Firm’s Design Portfolio. Describe the A-E Firm’s past performance in satisfying the needs of its clients for services including: programming, planning and pre-design services; design phase services; bid and construction phase services; and design for judicial facilities. Describe any past performance related to sustainable design on any of the projects. Include tangible evidence such as certificates, awards, peer recognition, etc., demonstrating design performance. Submit client references for each project including name, title, address, email, phone number, and fax numbers. 3. A-E Firm’s Specialized Experience (15%): Submit a narrative describing the A-E firm’s most relevant experience in the following: a. Implementing successful comprehensive design and construction supplemental services programs in government, institutional, and/or commercial organizations. b. Providing A-E services for court facilities c. Providing A-E services involving sustainable design. Include all relevant data on the projects including dates, size, program, scope, team, references, etc. 4. Qualifications and Experience of Key Personnel (15%) Submit narrative describing the education, qualifications, professional registrations and certifications, and professional experience of the following “key” A-E Firm and/or Team personnel: a. Program Executive b. Lead Architectural Designer c. Lead MEP Engineer Describe and provide examples through photographs and drawings of the project experience of proposed key personnel in delivering A-E services comparable to the services contemplated for these contracts. A maximum of three pages and three projects per key personnel may be submitted. STAGE II PROCESS SUMMARY: The names and contact information for the short-listed A-E Firms who will be invited to participate in Stage II of the selection process will be published in www.fedbizopps.gov. This publication will be the only notice A-E Firms who submit Stage I proposals and are not short-listed will receive. This publication of the short-listed A-E firms provides the names and contact information of the short-listed A-E Firms to engineers and specialty design consultants who are interested in being considered for inclusion on one or more of the short-listed teams. Short-listed A-E Firms will be provided more detailed information on the Stage II process and allowed approximately thirty days after publication of short-list to assemble their entire team of engineers and consultants and prepare Stage II submittal and prepare for oral presentations. Sub-contractors to the prime contract A-E Firm are not required to be small businesses or to have an active production office in the geographic area of the contract. The technical qualifications of the entire project team proposed, including the A-E Firms selected in Stage I and their engineers and consultants will be evaluated during Stage II. The short-listed A-E Firms will submit Standard Forms 330 for each firm that is part of its proposed team. It will not be necessary for the A-E Firm to re-submit information submitted during Stage I unless changes have been made to what has already been submitted. Responses must be received by 2:00 p.m. Eastern Standard Time, on August 29, 2011 at the following address: General Services Administration, Acquisition Division, Attn: Corlis Moore, 77 Forsyth Street, Terrace Level, Atlanta, Georgia 30303. A total of five (5) copies must be submitted. The following information should be on the outside of the sealed envelope 1) Name and Address of the A-E Firm, name of the contact person with phone number and fax number, 2) Solicitation Number/Title, 3) Due Date, and 4) Closing Time. Late responses are subject to FAR 52.215-1(3). The Federal Acquisition Regulation website is www.arnet.gov The website URL to obtain Standard Form 330 is: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF#1-1000 Please address inquiries to Corlis Moore, Contracting Officer at corlis.moore@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/4PCA/GS-04P-11-BV-D-0033/listing.html)
 
Place of Performance
Address: Alabama and Mississippi, United States
 
Record
SN02500329-W 20110717/110715235150-7425fd91bdb8a1f5720fdc993e934b41 (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.