Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2012 FBO #4038
SOLICITATION NOTICE

C -- Two (2) Single-Award Indefinite Delivery Indefinite Quantity (IDIQ) Term Contracts for Full Architectural-Engineering Design Services for the GSA Mid-Atlantic Region

Notice Date
12/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), ACQUISITION MANAGEMENT DIVISION (3PQ), The Strawbridge Building, 20 North 8th Street, Philadelphia, Pennsylvania, 19107-3191, United States
 
ZIP Code
19107-3191
 
Solicitation Number
GS-03P-13-DX-D-0006
 
Point of Contact
Jesse A Cohen,
 
E-Mail Address
jesse.cohen@gsa.gov
(jesse.cohen@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Contracting Office Address General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (3PQCV), The Strawbridge Building, 20 North 8th Street, 9th Floor, Philadelphia, PA, 19107-3191 Description It is the intent of the Government that this procurement will result in the selection of two firms and the award of two separate supplemental Indefinite Delivery Indefinite Quantity (IDIQ) Term contracts for Full Architectural-Engineering Design Services for the GSA Mid-Atlantic Region (Region 3). One contract will be used primarily for work in the North Service Center (Pennsylvania, Delaware and the southern counties of New Jersey from Trenton south), and one contract will be used primarily for work in the South Service Center (West Virginia, Virginia - excluding the counties of Arlington, Fairfax, Loudoun, Prince William and the cities of Fairfax, Falls Church and Alexandria - and Maryland - excluding the counties of Prince Georges and Montgomery). However, work from any of the geographical area may be added to either of the contracts at the discretion of the Government. At the time of proposal submission, offerors must indicate if they wish to be considered for one or both of the contracts. However, offerors are to provide only one proposal in response to this synopsis. This procurement will be a total Small Business Set-Aside. The NAICS (North American Industry Classification System) Code for this procurement is 541310, Architectural Services. The annual Small Business Size Standard is $7 Million. Projects will involve full architectural and engineering design services for Repair and Alterations, Renovations and Modernizations of federal facilities, and may require Architectural, Mechanical, Electrical, Fire Protection, and energy-related design services. Projects may also include the incorporation of Sustainability, Security, and Interior Design services with sensitivity towards historic buildings. The selected firm will be required to ensure that projects meet any applicable agency comprehensive programming and design criteria, including but not limited to the U.S. Courts Design Guide 2007 and 2010 Facilities Standard (P100), which are both available at www.gsa.gov. This procurement will result in an Indefinite Delivery Indefinite Quantity term contract for each Service Center. The work stated above may involve multiple task orders, for each contract, to be done concurrently within the geographical area as stated above. GSA is committed to excellence in design. Projects under these contracts are for architectural and engineering services for repair and alteration work in federal facilities and will generally be for projects up to $5 million in construction costs. Most projects will also involve occupied buildings, many of which are historically significant. The scope of architectural and engineering services under these proposed contracts include, but are not limited to the following: programming; pre-design; the preparation of feasibility studies; the preparation of Request for Proposal packages for Design-Build projects; site investigation; complete design services (space planning, interior design, architectural, mechanical, electrical, plumbing, civil, structural, fire protection, vertical transportation, life safety, security, historical, and code compliance); cost estimating; building commissioning; procurement support; post-construction-award services; and other related supplemental services if so requested by the Government. Hazardous materials such as incidental asbestos and lead may be encountered in some 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. In addition, certain projects may be designed and constructed in metric, System International (SI) units in accordance with Public Law 100-576, the Omnibus Trade & Competitiveness Act of 1988, the Metric Conversion Act, and Executive Order 12770. GSA CAD Deliverables Policy and Drawing Analysis Program (DAP) will be incorporated as requirements into the awarded contract. 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/midatlanticcadpolicy. The contractor agrees that all CAD, AutoCad drawings and related files, photographs, drawings, renderings, blueprints, specifications and/or other materials generated for use by the contractor 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 occurs first. THE QUALIFICATIONS-BASED EVALUATION CRITERIA TO BE APPLIED IN THE SELECTION PROCESS IN DESCENDING ORDER OF IMPORTANCE ARE AS FOLLOWS: •1. Criteria 1 - Past Performance: 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 Requirements: a) The firm will provide a detailed narrative of no more than one (1) page in length describing the project team's prior relevant experience providing design, construction documentation, and post-construction-award services to Government agencies with established design standards. b) The firm will provide, on the SF 330, Part I, Item F(24), written descriptions of no more than five (5) relevant past projects within the last five (5) years that demonstrate successful past performance on contracts with Government agencies and/or private industry. c) Submitted past projects will demonstrate the ability to deliver high quality architectural designs. d) The firm will provide documentation of design awards and letters of appreciation and/or commendation. e) The firm will provide references with points of contact for submitted projects. •2. Criteria 2 - Specialized Experience and Technical Competence: The recent relevant experience of the design team members individually and collectively as a total team applying the principles of sustainable design including the documentation and certification of projects using the U.S. Green Building Council (USGBC)'s LEED rating system, or similar. Experience includes descriptions of waste reduction techniques and strategies for energy efficiency. Submission Requirements: a) The firm will provide a detailed narrative no more than two (2) pages in length describing individual team members' and the collective project team's prior relevant experience applying the principles of sustainable design including experience documenting and certifying projects using the USGBC's LEED rating system, or similar. b) The narrative will describe experience designing for waste reduction and energy efficiency. •3. Criteria 3 - Professional Qualifications: Submission Requirements: a) The firm will provide brief resumes of proposed key team members. Resumes will indicate education, professional certification and licensure, expertise, and relevant experience including the length of service with the firm. b) The firm will include and clearly identify resumes for individuals who will serve as Project Managers. c) Resumes submitted for key personnel will demonstrate familiarity with Repair and Alteration projects of a similar size and scope in occupied buildings. d) The firm will demonstrate that consultant project experience includes work in and around historic buildings, sustainable design, energy conservation, fire protection, hazardous material abatement, elevators, cost management, etc. •4. Criteria 4 - Capacity of the Firm and Project Team: The capacity of the firm and project teams to accomplish multiple, large and small projects simultaneously, the ability to sustain the loss of key personnel while accomplishing the work within the required time limits. Submission Requirements: a) The firm will provide a detailed narrative no more than one (1) page describing the firm's management approach to delivering multiple, large and small projects simultaneously. b) The narrative will include a description of how the firm will sustain the required level of effort during the loss of key personnel while fulfilling contract requirements within the period of performance. c) The firm will provide a complete list of current commitments and active design contracts with fees greater than $20,000.00. •5. Criteria 5 - Quality Control: Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. Capability of team organization and ability to control budgets, schedules, and the quality of deliverables. Ability to handle projects with multiple end-users and complex requirements. Extent of firm's previous experience with proposed consultants and demonstrated ability to manage effectively the prime-consultant relationship. Submission Requirements: a) The firm will provide a detailed narrative no more than one (1) page describing how the firm ensures quality consistently across the entire project team including consultants. b) The narrative will describe internal QC processes for checking documents for errors and omissions. c) The will provide examples of QC process records demonstrating the effectiveness of the firm's procedures. d) The firm will identify the person responsible for managing the firm's QC program. •6. Criteria 6 - Geographical Location: Location in the general geographical area of project sites and knowledge of the locality of the projects. Submission Requirements: a) The firm will provide a detailed narrative no more than one (1) page describing the firm's knowledge of design approaches, construction materials, codes/ordinances, costs and other conditions unique to this geographical region. b) The narrative will describe the firm's ability to provide at least 35% of overall design services in-house from an office within the geographical area. c) The narrative will describe ability of the firm's major consultants to maintain existing offices within the same geographical area. 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. ADDITIONAL INFORMATION 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 invalid phone numbers could result in a firm being considered less qualified. The following elements may result in a higher rating: a) Projects emphasizing occupied administrative, commercial, and institutional building types; b) projects where the offeror performed work as the Prime/Lead A/E; c) Projects provided where the construction is substantially complete; d) Projects provided in the SF 330 (Architect-Engineer Qualifications) completed by the office/branch/individual team member actually performing the work under this contract; e) Firms indicating that they wish to be considered for the North Service Center (as defined above), and that demonstrate they are capable of providing at least 35% overall design services from an office within the North Service Center (as defined above); f) Firms indicating that they wish to be considered for the South Service Center (as defined above), and that demonstrate they are capable of providing at least 35% overall design services from an office within the South Service Center (as defined above). Estimated Start Date: August 1, 2013 The period of performance will be for one base year with Four (4), One (1) year options. The contract work shall be performed with the issuance of task orders. The value of individual Task Orders executed under these contracts may range from $2,500.00 to $250,000.00. However, 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 each contract shall be $2,500.00 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 Maximum Ordering Limitation (MOL) amount to be expended under each contract shall not exceed $10,000,000.00. SUBMISSION PACKAGE REQUIREMENTS The SF 330 is limited to 25 double-sided pages. Firms are to submit five (5) copies of SF 330 for the prime offeror (SF 330 should also include teams key sub consultants) addressing the selection criteria information. Firms are to apply page numbers to their proposal. Small Business firms having the capabilities to perform are invited to respond by submitting Five (5) hard copies of the completed Standard Form 330, Part I and Part II (6/30/2004 edition) along with a letter of interest (identifying this announcement by solicitation number and identifying the firm's DUNS number) to the following office no later than January 16, 2013, at 2:30 PM (local Philadelphia time): GSA, Mid-Atlantic Region, Acquisition Management Division, (3PQCV), The Strawbridge Building, 20 North Eighth Street, 9th Floor, Philadelphia, PA 19107, ATTN: Mr. Jesse A. Cohen. Please reference the solicitation number on the outer envelope. Firms shall indicate if they wish to be considered for one or both of the contracts. However, offerors are to provide only one proposal in response to this synopsis. Firms with branch offices and consultants must submit Part II of Standard Form 330 that should include project samples. Firms must separately address the evaluation factors and relate where information can be found in the submittal package relevant to each factor. NO ELECTRONIC SUBMISSIONS WILL BE ACCEPTED. A pre-proposal conference will not be conducted; however, questions may be submitted to Mr. Cohen via email at Jesse.Cohen@gsa.gov. All questions must be received in this office by January 4, 2013. Questions will be responded to via an Amendment posted to the FedBizOpps website (www.fbo.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. These contracts will be established using the Brooks Act procedures and FAR Part 36. SPECIAL ATTENTION SHOULD BE GIVEN TO THE FOLLOWING AREAS OF THE STANDARD FORM 330: Part I, Item C: list only the team members including staff professionals who will actually perform the major tasks under this contract. Part I, Item F(23) - give a point of contact and telephone number for each project. Part I, Item F(24) - : List no more than five projects, not five projects for each firm (joint venture/consultants). Indicate which firms performed each of the projects and their specific responsibility and function. Include only relevant projects of similar size and scope to those to be performed under this contract. The relevant projects presented may demonstrate the firm's capability to design complex projects to be constructed in occupied facilities having sensitive tenants. Those projects may show how the firm phased the project to maintain security, noise control and continued normal operation of the facility. Part I, F (25)- give a synopsis of the scope of work for each project, stating clearly what tasks were performed by the prime firm. Part I, Item H - in a narrative form, outline firm's approach to design, design reviews, quality control and project management. Include any additional information regarding the firm's qualifications to perform work similar in scope and size to this project. The last entry under Section H must read: "I hereby certify that the firm or firms listed in Part I, Item C meet(s) the geographical limitations stated in the synopsis for this contract".. Task orders issued under this contract will include Sensitive But Unclassified (SBU) building information. SBU documents provided under these task 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 INVTERVIEW REQUIREMENTS: Personal interviews will be scheduled for firms slated as most highly qualified for each contract. Firms slated for interviews will be asked to explain management strategies, design team components, quality control (QC) processes; and to discuss possible design solutions to hypothetical projects, etc. Elaborate presentations are not desired. Site visits will not be arranged during this period. Debriefing requests will not be entertained prior to award of both contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PK/GS-03P-13-DX-D-0006/listing.html)
 
Place of Performance
Address: GSA Mid-Atlantic Region (Region 3), United States
 
Record
SN02947383-W 20121214/121212234638-126cf6fb35d560eab534ad94ebbf6c10 (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.