Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2014 FBO #4614
SOLICITATION NOTICE

C -- Multiple Award Indefinite Delivery/ Indefinite Quantity Contracts for Architect and Engineering Services - Appendix- Past Performance Questionnaire

Notice Date
7/11/2014
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Specialty Services Division, Acquisition Policy Branch (2PXP), 26 Federal Plaza, Room 1703, New York, New York, 10278
 
ZIP Code
10278
 
Solicitation Number
GS-02P-14-DT-D-0020
 
Point of Contact
Hillary Gonzalez, Phone: 787-766-6511
 
E-Mail Address
hillary.gonzalez@gsa.gov
(hillary.gonzalez@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
SF330 Appendix- Past Performance Questionnaire REQUEST FOR QUALIFICATIONS DESCRIPTION: The U.S. General Services Administration, Public Buildings Service, Northeast and Caribbean Region has a requirement for Multiple Award Indefinite Delivery/Indefinite Quantity contracts for supplemental Architect and Engineering (A/E) services. This procurement will be procured in accordance with the Selection of Architects and Engineers Act (IAW FAC 05-73 - formerly known as the Brooks Act) and as implemented in FAR 36.6. GSA will hold discussions with six (6) to eight (8) of the most highly rated firms. The result of this procurement will be a contract for design services issued to up to five (5) A/E firms rated as the most technically qualified. The term for each of the contracts shall be for a period of five (5) years, including a one (1) year base period plus four (4) one-year unilateral options. The aggregate Maximum Order Limitation ("MOL") shall not exceed $25,000,000 for the total five-year term of each contract. This procurement involves A/E services for, various projects on an as needed basis that arise as part of the normal operating functions of GSA PBS, and will cover projects located in the geographic areas of New York, New Jersey, Puerto Rico and the U.S. Virgin Islands. The scope of work may include, but is not limited to, site investigations, site surveys, Feasibility Studies, Project Development Studies (PDS), Building Evaluation Reports (BER), Master Plans, concept designs, construction documents, Design-Build Bridging, Design-Build Scope Preparation, estimating services, procurement support, record drawings, constructability reviews, technical design reviews, construction administration services, shop drawing review and approval and construction site inspections, and other A/E Services, to include incidental related work in support of Government administered construction contracts; facility investigations and research; and planning studies. This is a full and open procurement, reserving one or more awards to small business concerns. The North American Industrial Classification System (NAICS) code for this procurement is 541310. The small business size standard for NAICS Code 541310 has an average annual gross sales/receipts for the last three years of $7,000,000. EVALUATION FACTORS: Interested parties shall submit qualifications in response to the following evaluation factors: Factor No. 1: SPECIALIZED EXPERIENCE (20%) The A/E firm/joint venture shall complete Part 1, Section F & H of the Standard Form 330 for example projects which best illustrate the proposed team's experience for this contract. The AE firm/joint venture shall submit three (3) projects completed not more than 6 years prior to the submission due date of the RFQ, as described below: a) One (1) project that is a major renovation or tenant fit-out in an existing building with a minimum construction cost of $1,000,000, b) One (1) project that is a new building with a minimum construction cost of $10,000,000, which achieved a US Green Building Council (USGBC) Leadership Energy and Environmental Design (LEED) rating of certified or above. Projects that have a higher LEED rating (i.e. silver, gold, or platinum) shall be rated higher for this criteria. c) One (1) Master Plan or Design/Construction Study project with a construction estimate over $1,000,000. *At least one project listed above must be located in Region 2's Metropolitan NYC area. **If more than one project submitted is located in Region 2's Metropolitan area, it will receive a higher ranking under Factor 1. Projects that will not be considered for this Factor include water supply-waste treatment facilities; retail stores; warehouses; residential projects; elementary, middle, and/or High School projects; and/or transportation projects. The description for each project shall consist of a narrative describing the specific design approach for the project; and how the client's program, function, image, mission, budget, schedule, local conditions, sustainable strategies and operations and maintenance objectives were satisfied by the overall design/planning solution (maximum of two pages per project). Include tangible evidence such as certificates, awards, commendations, peer recognition, etc., demonstrating design excellence. Factor No. 2: DESIGN PHILOSOPHY (20%) This factor is intended to demonstrate the A/E firm's understanding of GSA's architectural Design Excellence objectives, the Guiding Principles for Federal Architecture, and the A/E firm/joint venture's approach to sustainable design. In Part 1, Section 'H' of the Standard Form 330, submit; A narrative describing the A/E firm/joint venture's design philosophy and practical approach to delivering Design Excellence to its clients in a consistent manner. Include a statement by the lead designer on his/her personal commitment to the Guiding Principles for Federal Architecture, GSA's Design Excellence objectives and sustainable strategies in design. Include a statement to address what design excellence means in projects for this service contract, and how the A/E firm/joint venture will strive to achieve design excellence, as well as its approach to sustainable design, (maximum of one single sided page). FACTOR No. 3: PROFESSIONAL QUALIFICATIONS (20%): In Part 1, Sections 'C', 'E' & 'G' of the Standard Form 330, submit; A narrative (maximum of one single-sided page per each key Team Lead Member) describing the education, qualifications, professional registrations and certifications, and professional experience of the following "key" AE Firm and/or Team Lead Personnel: Key Team Lead Personnel: Program Executive Lead Architectural Designer Lead MEP Engineer Describe and provide examples of the project experience of proposed key Team Lead Personnel in delivering A/E services comparable to the services contemplated for these contracts. Include any awards, commendations, or peer recognition for lead Architectural and/or MEP designers. A maximum of three pages and three projects per key Team Lead Personnel may be submitted. At a minimum, the Key Team Lead Personnel will have a Bachelor's Degree and ten (10) years of experience in each respective field, and the Lead Architectural Designer and Lead MEP Engineer shall have a U.S. State license. Advanced degrees and awards, commendations, or peer recognition for Key Team Lead Personnel in a respective field shall be weighted more heavily for that category. Key Team Members: The evaluation will consider qualifications, relevant project experience and longevity with the firm of key management and technical personnel. Technical Personnel must possess the education, qualifications and project experience that will provide the best opportunity for the successful completion of task orders under the proposed contract. The A/E firm/joint venture shall have personnel with professional qualifications in the following disciplines: a) licensed architects; b) licensed structural/blast engineers; c) licensed mechanical engineers; d) licensed electrical engineers; e) licensed fire protection engineers; f) licensed Civil Engineer; g) hazardous material consultant; and h) cost estimating consultant. For Key Team Members (a) thru (f) above, professional qualifications shall be considered to be a Bachelor's Degree and ten (10) years of experience in each respective field, and have a U.S. State license. Advanced degrees for Key Team Lead Personnel and Key Team Members in a respective field shall be weighted more heavily for that category. Factor No. 4: PAST PERFORMANCE (20%) Independent References : Each Offeror will be required to provide one (1) completed Past Performance questionnaire prepared by the Owner/Owner Representative for each project submitted in Factor No.1. See appendix for the questionnaire to be prepared by the Owner/Owner Representative. The information submitted in the Standard Form 330 and the questionnaires submitted by the project Owner/Owner Representative will be used to evaluate past performance. * Other project references may be considered. Note that GSA will not limit its reference contacts to those provided by an offeror, instead GSA may choose to contact references independent of those provided. GSA will use government-wide past performance evaluation systems such as PPIRS (not to exceed 6 years back), etc. Factor No. 5: CAPACITY TO ACCOMPLISH THE WORK (15%) The A/E Firm/joint venture shall provide an attachment, under Section ' D' of the Standard Form 330, which best illustrates the Organizational Chart of the proposed Team for this contract. All roles, responsibilities and lines of communication shall be defined, clear and efficient. Additionally, the A/E Firm/joint venture shall provide a Project Management Plan, under Section 'H' of the Standard Form 330, that will address the following: •1) Demonstrate how it will efficiently and effectively cover all of the anticipated work within the geography of New York, New Jersey, Puerto Rico and the U.S Virgin Islands; •2) Demonstrate how it will deal with the scheduling and staffing issues that may result from the issuance of multiple task orders, and assigning Team Leads for multiple projects. •3) Quality and cost control; The Organizational Chart and Project Management Plan shall not exceed four (4) 8-1/2" x 11" pages (single spaced, with a minimum 11 point Times New Roman font). Factor No. 6: GEOGRAPHIC LOCATION (5%) The A/E firm shall demonstrate that at a minimum 35% of contract fees for all orders placed under this contract will be performed within a seventy five (75) mile radius to GSA, Jacobs Javits K. Federal Building, 26 Federal Plaza, New York, NY 10278, due to anticipation that a greater percentage of work will be performed within this geographical area. The A/E Firm shall submit a narrative explaining where all proposed architectural and sub-consultant entities for this contract are located. Refer to Factor 3 for team members. If the A/E firm cannot demonstrate a minimum of 35% of contract fees for all orders placed under this contract will be performed within the seventy five (75) mile radius, a plan must be provided as part of your submission, showing the establishment of this office within 45 days after contract award. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must respond and submit a letter of interest along with an original and three (3) copies of a Standard Form 330 Architect Engineer Qualifications Parts I and II in hard copy and in an electronic PDF format submitted on a CD-ROM. The SF 330, along with supporting data will specifically respond to the evaluation factors of this RFQ. The SF 330 shall be limited to 50 pages (8"x11" pages) for the entire A/E team proposed. All SF 330's must be current reflecting a date not more than one year from the date of this notice. All example projects provided in the SF 330 must be completed by the office/branch/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. The SF 330 must clearly state the office/branch/individual team members performing the work on all projects presented. Electronic format of the AE's Subcontracting Plan will be required if awardee is a large business. The firms will be ranked with the highest rated proposals on the top of the list. After the evaluation of the submissions, GSA will hold discussions with six (6) to eight (8) of the most highly rated firms. The firms must ensure the Standard Form (SF) 330 Architect Engineer Qualifications Parts I and II reflect the entire design team. Rate/price proposal(s) will be requested following the selection of the most technically qualified firm(s). Firms which desire consideration and meet the requirements described in this public announcement are invited to submit the complete qualifications package to the following location: U.S. General Services Administration Public Buildings Service Jacobs K. Javits Federal Building 26 Federal Plaza, Room 1639 Attn: Winnie Eng, Supervisory Contract Specialist New York, NY 10278 Ref: Solicitation # GS-02P-14-DT-D-0020 Submissions are due no later than the close of business on the 30th day after the published date of the announcement. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline is the close of business the next business day. Only firms that submit forms by the deadline date will be considered for review of qualifications. This is not a Request for Proposals. Questions, comments, concerns, etc. regarding this public announcement shall be sent, in writing, to Hillary Gonzalez, Contracting Officer at email address hillary.gonzalez@gsa.gov no later than August 4, 2014, 4:00 PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/2PP/GS-02P-14-DT-D-0020/listing.html)
 
Place of Performance
Address: GSA, Jacobs Javits K. Federal Building, 26 Federal Plaza, New York, New York, 10278, United States
Zip Code: 10278
 
Record
SN03421761-W 20140713/140712021650-e857bb247975bb0d2cf248ae10a47ed0 (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.