Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2014 FBO #4473
MODIFICATION

C -- SUPPLEMENTAL ARCHITECT-ENGINEER SERVICES - SOUTHERN CALIFORNIA (LOS ANGELES & ORANGE COUNTIES ONLY) - Amendment 1

Notice Date
2/20/2014
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), San Diego Service Center, Construction Services Branch (9PDC), 880 Front Street, Suite 4236, San Diego, California, 92101
 
ZIP Code
92101
 
Solicitation Number
9P3PSLC141036
 
Point of Contact
Heather A Caney, Phone: 619-557-7720
 
E-Mail Address
heather.caney@gsa.gov
(heather.caney@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 1 (DATED FEBRUARY 20, 2014) AMENDMENT 1 (DATED FEBRUARY 20, 2014) FOR 9P3PSLC141036 IS POSTED AND INCLUDES ALL RESPONSES TO QUESTIONS RECEIVED. THE NOTICE FOR 9P3PSLC141036 IS UPDATED AS FOLLOWS (UPDATE POSTED FEBRUARY 18, 2014): The Proposal due date is extended until 03/13/14: All submissions are to be provided in hard copy to Heather Caney, Contracting Officer, at 333 West Broadway, Room 1001, San Diego, CA 92101 no later than Thursday, March 13, 2014, 4:00 P.M. (PST). It is recommended that each firm confirm the GSA's receipt of their proposal by contacting Heather Caney, Contracting Officer, via email at heather.caney@gsa.gov. Note, the Closing date for questions has passed and no additional questions will be accepted or responded to. An Amendment to the Solicitation will be posted with responses to all questions received. SUPPLEMENTAL ARCHITECT-ENGINEER SERVICES - SOUTHERN CALIFORNIA (LOS ANGELES & ORANGE COUNTIES ONLY) DESCRIPTION: The General Services Administration (GSA), Los Angeles Service Center (LASC) has a requirement for Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract(s) for Architectural-Engineering (A/E) services covering the following geographic area: Southern California (Los Angeles and Orange Counties ONLY). This announcement is an opportunity for firms with Architectural-Engineering (A/E) experience in providing supplemental A/E services that includes Pre-Design Surveys, Design Supporting Services with optional Post Construction Contracts Services (PCCS), Construction Inspection Services (CIS) and As-built Document Services for planning, design, and architecture/ engineering services, including building evaluation, in occupied federally owned and leased office buildings. To satisfy this requirement, the GSA LASC will procure a multiple award contract consisting of an award of up to six (6) Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The IDIQ contract term will be for a period of one (1) base year with four (4) one (1) year option periods. There is no limit on the number of task orders or the size of a project for each IDIQ contract; however, the total cumulative task order amount per IDIQ contract shall not exceed $3 million for any one (1) year contract period. The guaranteed minimum amount will be $1,000 for the base year period only. This procurement is a 100% Small Business Set Aside. Small Disadvantaged, Women-Owned, HUB Zone, Veteran-Owned and Disable Veteran-Owned businesses are encouraged to submit proposals. The applicable NAICS code is 541310, and the small business size standard is $7.0 million. Offerors will be evaluated in accordance with Federal Acquisition Regulation (FAR) Part 36.6, General Services Administration Manual (GSAM) Part 536.6 and the Brooks Act Public Law 92-582. Under Brooks Act procedures, the Government will award to the most highly qualified A/E firms with whom it can negotiate a fair and reasonable price. The Government will not allow payment for any expenses during the selection process. REQUIREMENTS UNDER THE CONTRACT: All work must be accomplished by or under the supervision of licensed Architects/ Engineers, as defined by applicable State law. The services required under this contract may include, but are not limited to the following: 1. Design and the preparation of construction documents for repair and alteration, and tenant improvement projects. Typical projects may include repair, improvement and/or remodeling of building interior space, and building systems and features, including but not limited to: interior and exterior finishes, landscaping, civil, mechanical, plumbing, electrical, structural, fire safety, elevators, environmental, and roofing components/systems. Project locations/ spaces may include Courthouse and Federal facilities, Child Care facilities, Lease locations, Renovation and/or alteration of Fire Protection Systems, Administrative facilities, Warehouses, Road and Parking lots and other existing systems and facilities. 2. Preparation of designs, plans, specifications, estimates, record drawings, space planning, miscellaneous studies and reports, surveys and construction inspection services for projects. Projects may involve work in specialty areas such as alterations in historic buildings or asbestos abatement work. 3. Professional disciplines required may include mechanical, structural, HVAC, electrical, civil, interior designer, estimator, CAD operator, fire safety experts, elevator/escalator experts, historic preservationist, asbestos consultants, INS/Homeland Security experts, acoustical experts, seismic experts, environmental experts, energy experts, telecommunication experts, and geotechnical experts. These professional disciplines may also assist GSA staff engaged in scope development, shop drawing review, master planning, feasibility studies, interior design, design review, construction administration and inspection, elevator evaluation/design, signage design, and various technical studies including building engineering reports, historic building preservation plans, seismic and structural evaluations, energy studies for design of energy upgrades, roof evaluations, fire safety review/studies, and handicapped accessibility (ADA/UFAS) reviews. 4. Survey of existing conditions and Feasibility Studies and investigations, site selection, planning and program studies, preparation of construction contract documents, specifications, cost estimates and other related services. The budget assessments may include cost analysis as well as cost estimating. 5. Design services to include green/sustainable design with a goal of LEED Certification for select projects. Use of recycled/recovered materials is a requirement for every design project where applicable and where effective. 6. Other professional services of an architectural or engineering nature, or incidental services, that members of the A/E professions (and individuals in their employ) may logically or justifiably perform, including studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program/project management, conceptual designs, plans and specifications, value engineering, construction phase services, soils engineering, drawing reviews, preparation of operating and maintenance manuals, and other related services. 7. Environmental surveys, reports, studies, and designs for the clean-up, removal, monitoring and/or abatement of asbestos, hazardous/toxic materials and petroleum products. 8. Spatial Data Management (SDM) Program for creating, updating and maintaining spatial data and associated Computer Aided Drawings (CAD) to accurately reflect the federal and leased inventory. A/E firms must have the ability to provide quality design and post construction contract services, including demolition and/or hazard abatement. Projects may involve work in historic buildings. Use of specialty consultants may be required (i.e., cost estimating, fire safety, hazardous abatement, historical architect, HVAC, electrical, acoustical, food service and vertical transportation). Firms must be able to perform drafting of above work in a computer system compatible with the latest version of AutoCAD, and provide construction specifications using the latest version of MasterFormat. The A&E firm must also be able to provide design in both English and metric, as necessary. Each contract awardee must have the capability to concurrently perform design and engineering work for at least five (5) GSA projects. SUBMISSION REQUIREMENTS AND EVALUATION CRITERIA: Under this Request for Qualifications, more consideration may be given to A/E firms with an active design office within the specified geographical area. For this public announcement the term A/E firm means an individual, firm joint venture, partnership, corporation, association, or other legal entity permitted by law to practice the profession of architecture or engineering that will have contractual responsibility for the work identified under the resultant contract(s). If the A/E firm is comprised of a partnership, corporation, association, or the legal entity permitted by law to practice architecture or engineering, a complete description of the proposed internal responsibility of the components must be included in your response to this announcement. The A/E firms must indicate their ability to comply with the area of consideration required as part of their response to this notification. To be considered under this solicitation, firms must meet and show conformance to the following minimum requirements: 1. A completed, current Standard Form (SF) 330, Architect-Engineer Qualifications, and a completed, current SF 330 Part II only for each proposed Consultant/ Subcontractor listed in Section C. Interested firms with more than one (1) office must indicate on their SF 330 the staffing composition of the office in which the work will be performed. In addition to the standard instructions provided on the SF 330, the following are additional GSA LASC specific instructions for the SF 330 under this announcement: Section C: The AE firm should prioritize team members and only provide those that are the most important to creating the most well rounded team or show your concentrated areas of expertise. It is recommended that Key Personnel and Consultants/ Subcontractors directly responsible for significant portions of work submitted in Section F be included. Section E: The AE firm should prioritize and provide those that best represent the firm's ability to accomplish the requirements of this contract. CEOs and other executive personnel should not be submitted unless they will have direct responsibility for accomplishing the task orders under this contract. It is required that you include the Lead Architectural Designer and the Primary Point of Contact that would be responsible for managing this contract and assigning task orders. It is recommended that the Key Personnel directly responsible for work submitted in Section F should also be included. Section F: All projects provided should be designed within the last 5 years. The AE firm may submit the same projects for Evaluation Factors 1, 2, and 4 if they address the specified information required for each. The total number of projects provided under Section F shall not exceed ten (10) and the total number of pages provided for each project shall not exceed five (5) pages each. See "2. Evaluation Criteria" for specific information related to each of the Evaluation Factors. Ensure each project specifically notes which Factor it is being submitted for. Provide copies of any performance evaluations or owner review of firms performance under the projects provided, if any. Ensure that an accessible owner point of contact including name, title, address, current email address and current phone number is provided. Section G: Indicate Key personnel and Consultant/ Subcontractors who participated in the example projects under Section F. 2. Evaluation Criteria: GSA will evaluate each firm based on the following four Evaluation Factors, which are listed in descending order of importance: Factor 1) Past Performance Factor 2) Experience Factor 3) Management/Organization/Capacity Factor 4) Knowledge of Locality Factor 1) Past Performance: This factor considers the A/E firms past performance in carrying out similar work with Government agencies and private industry, in terms of cost control, quality of work, and compliance with performance schedules. The A/E firms must document the accomplishments of these criteria for at least three (3) previous clients. The A/E Firm may submit graphics (maximum of three (3) pages per project) of not more than five (5) space alteration/renovation projects completed in the last five (5) years. The narrative (maximum of two (2) pages per project) shall indicate the lead designer for the project and address the design approach with salient features for each project. The narrative shall discuss how the client's program, function, image, mission, economic, schedule and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc. demonstrating design excellence. Provide a client reference contact for each project; contact information must include the reference's name, title, address, phone, and email. A portion of one (1) page provided for each project must include a representative floor plan and either a site plan or a building section. A firm with no record of past performance information shall be evaluated neither favorably nor unfavorably. Factor 2) Experience: This factor considers the A/E firms recent (within the past five (5) years) and significant experience in doing similar work for Government agencies and private industry. Working relationships with team members and consultants, and management skills and practices to integrate project goals and team members are vital. Firms shall submit a minimum of three (3) projects and no more than five (5) projects of relevant scope, size and/or complexity completed during the past five (5) years. Submittal of less than three (3) projects may result in a lower factor evaluation rating. The narrative (maximum of two (2) pages per project) shall address the following areas: design approach with salient features for each project; and how the clients program, function, image, mission, cost control, schedule and operational objectives were satisfied by the overall design/planning solution. In regard to Professional disciplines, firms shall include in their narrative on specialized experience and technical competence, the type of work required, including, where appropriate, experience in mechanical, structural, HVAC, electrical, civil, interior designer estimating, Spatial Data Management/CAD, fire safety, elevator/escalator, historic preservation, asbestos, INS/Homeland Security, acoustical, seismic, environmental, energy, telecommunication, cost estimating, surveying/mapping and geotechnical. Projects similar in scope may be considered as Courts related work, tenant finishes, renovation, repair or alteration projects. Projects similar in size relate to the overall construction cost of the project and the range is considered to be between $2,500 and $3,500,000. The complexity of the project considers the degree of tenant and owner involvement in the design and any special phasing requirements. The most complex projects include Federal, State or Municipal courts space where the clients include court officials, security officials and prosecuting officials, hospital projects, and laboratory projects. The next most complex projects include corporate, institutional or governmental office space where there are many organizational functions represented and/or there were special phasing requirements to keep the facility in operation. The least complex projects are those of minimal client involvement such as roof replacements and parking lots. Projects not completed within the last five (5) years will not be considered. Project data shall include, project name and location, description, initial and final construction cost, and design start, construction start, and completion dates. Offerors may use the same projects submitted under Factor 1 for this Factor. Factor 3) Management/Organization/Capacity: This factor considers the A/E firms ability to demonstrate their management approach to performing the work; planning; coordination; quality control; scheduling; timeliness; problem resolution; cost estimating and control; CAD system and adequacy of office and support facilities; the firm (and its consultants) capability/capacity of staffing the project(s) with qualified personnel; and roles of key personnel organization chart. The organization chart shall provide a description of the background and minimum qualifications of key team personnel. Note: If a selected firm decides to change personnel in the performance of this contract, the firm shall, prior to the utilization of these personnel, submit their resumes to the Contracting Officer for approval. The qualifications of the submitted personnel must be equal to or better than those identified as part of the organization chart. Factor 4) Knowledge of Locality: This factor considers the A/E firms familiarity of the applicable geographic areas architectural standards and codes, building codes, environmental regulations, soil conditions, seismic requirements and agency regulations. The offeror shall submit a minimum of three (3) projects and no more than five (5) projects of relevant scope, size and/or complexity completed during the past five (5) years located within the applicable geographical area that demonstrates the offeror's familiarity with the above-referenced criteria. Offerors may wish to specifically detail their successes in overcoming difficulties that are driven by specific regulations or requirements of a particular geographic zone. Offerors may use the same projects submitted under Factors 1 and 2 for this Factor. NOTICE TO OFFERORS: Failure to address each of the evaluation factors and provide the requested information, in writing, may result in failure to qualify. Late responses will not be accepted in accordance with Federal Acquisition Regulation (FAR) 52.214-7 Late Submissions, Modifications, and Withdrawals of Bids. Firms must submit the required statements of qualifications on the Standard Form 330 Architect-Engineering Qualifications; any other additional supplemental information SHALL NOT EXCEED fifty (50) single sided pages of 8-1/2 x 11 size paper. Brochures or other pre-printed material may be submitted; however they are to be considered a part of the fifty (50) page limitation. Following the Government's evaluation of the statements of qualifications, a "Short List" will be determined and the short listed A/E firms rated most highly qualified will be invited to make an oral presentation to the Selection Board. At this presentation, the firms will be required to present information on the evaluation factors. The primary presenter must be the proposed Project Manager; a maximum of two additional team members may assist the Project Manager during the presentation. The physical location of the presentations will be at the GSA LASC office, 300 N. Los Angeles St., Los Angeles. CA. Following the presentation process, the final selected firm(s) shall be requested to provide pricing for the Base Year and four(4) one (1) year Options to include overhead rates, profit rates and hourly rates for the anticipated disciplines for use in negotiating fixed price task orders. Firms may be required to submit to a GSA Audit prior to negotiations. Firms which possess the qualifications to perform the services described herein are invited to submit their documentation, including the Standard Form 330 Architect-Engineering Qualifications, no later than Wednesday, February 26, 2014, 4:00 P.M. (PST). Offerors are to submit THREE (3) hard copies of all documentation. Oral communication, Email or faxed submissions will NOT be accepted. All submissions are to be provided in hard copy to Heather Caney, Contracting Officer, at 333 West Broadway, Room 1001, San Diego, CA 92101 no later than Wednesday, February 26, 2014, 4:00 P.M. (PST). It is recommended that each firm confirm the GSA's receipt of their proposal by contacting Heather Caney, Contracting Officer, via email at heather.caney@gsa.gov. All questions and comments must be received no later than Monday, February 3, 2014, 4:00 P.M. (PST). Any questions received after the date and time specified will not be addressed. Questions must include the solicitation number and title and may be directed to Heather Caney, Contracting Officer, via email ONLY at heather.caney@gsa.gov. NOTE: The correct Contracting Office Address is as follows: GSA, LOS ANGELES SERVICE CENTER 300 N. LOS ANGELES STREET, SUITE 4100 LOS ANGELES, CA 90012
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/SDFO/9P3PSLC141036/listing.html)
 
Place of Performance
Address: Southern California (Los Angeles & Orange Counties Only), United States
 
Record
SN03292498-W 20140222/140220234727-01d6509410635a2bfffe69da8c34ded7 (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.