Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2015 FBO #5006
MODIFICATION

C -- NATIONAL ARCHITECT-ENGINEER-INTERIORS (A/E/I) IDIQ CONTRACT - AEI - Q&A (Round 2) - Appendix 1 - Metro Stat Area - Amendment 2

Notice Date
8/6/2015
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division, Chicagoland Contracting Team (5P2PQBA), Please consult the notice or Solicitation documents for address information, United States
 
ZIP Code
00000
 
Solicitation Number
GS-05P-15-SI-D-0052
 
Archive Date
9/5/2015
 
Point of Contact
Edgar Delgado, Phone: (312) 353-8797
 
E-Mail Address
edgar.delgado@gsa.gov
(edgar.delgado@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Amendment 002 Appendix 1 - Metropolitan Statistical Areas AEI - Q&A (Round 2) NATIONAL ARCHITECT-ENGINEER-INTERIORS (A/E/I) IDIQ CONTRACT GSA Design Excellence Solicitation for National Architect-Engineer-Interiors IDIQ Contract Services Solicitation # GS-05P-15-SI-D-0052 Region: National AEI IDIQ Contracting Officer: Edgar Delgado Phone Number: (312) 353-8797 Email: Edgar.Delgado@gsa.gov PROJECT: National Architect/Engineer/Interiors IDIQ Contract BUILDING TYPE: Federal Office Building CLIENT AGENCY: Multiple Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) Continuing a legacy of outstanding public architecture, the General Services Administration (GSA) Design Excellence Program seeks to commission our nation's most talented designers and engineers to prepare our federal buildings utilizing outstanding quality and value. These projects are to demonstrate the value of true integrated design that balances aesthetics, cost, constructability, and reliability; creates environmentally responsible and superior workplaces for civilian federal employees; and gives public expression to our democratic values. In this context, GSA announces an opportunity for Design Excellence in public architecture for performance of architectural/engineering (A/E) design in accordance with GSA quality standards and requirements. As required by law, all facilities will meet federal energy goals and security requirements and the facility will be designed in metric units. All projects will be LEED certified. PROJECT DESCRIPTION This contract will result in multiple, indefinite delivery indefinite quantity (IDIQ) contracts to provide Architect, Engineering and Interior Design services that include but are not limited to: site investigation, pre-design studies, requirement assessments, Program of Requirements, & strategic customer engagements, multi discipline design, estimating, design review, procurement support and post construction award and move services for projects managed by GSA nation-wide, which include all United States and United State territories. Scopes of the task orders issued under this IDIQ may include but are not limited to: provide and completed design requirements for Preliminary Concepts, Final Concepts, Design Intent Drawings, Construction Documents, Bid Phase Services, and Construction Administration. These services apply to the following disciplines: Planning, Architecture, Historic Preservation, Interior Design, Lighting, Acoustics, Landscape Architecture, Mechanical, Electrical, Plumbing, Structural, LEED, Information Technology, Sustainability, Fire Protection & Life Safety. Additional scope services required are Change Management Services, Migration Plan services, a variety of building reports and studies. Contractors awarded a contract through this IDIQ will be required to design, propose and help implement workplace strategies to provide effective, mobile, sustainable workplace solutions for federal agencies. The A/E/I is responsible for insuring compliance to local, state, federal, national, etc codes and industry design standards. Project Services This is an Indefinite Delivery Indefinite Quantity (IDIQ) Contract obligating the Contractor to provide all management, supervision, manpower, administrative materials, supplies, and equipment necessary to fulfill the term of the contract. The Contractor shall plan, schedule, coordinate and ensure the full, efficient, and economical performance of all services ordered under this contract. Program Goals New approaches to providing federal workspace, and the recent Government budget climate have resulted in numerous Federal Mandates regarding Federal Agency allocation and utilization of space. Federal Policies: 1. Executive Order 13693, dated March 19, 2015 2. Executive Oder 13327: Promote the efficient and economical use of real property assets 3. Presidential Memorandum, "Disposal of Unneeded Federal Real Estate", dated June 10, 2010, direct federal agency initiatives that impact the workplace and need for space. 4. The Telework Enhancement Act 2010 encourages internal agency initiatives that impact the workplace and need for space. 5. OMB Management Procedures Memorandum NO,. 2013-02, which outlines the implementation procedures of OMB Memorandum M-12-12 Section 3: Freeze the Footprint, which sets a baseline Places of Performance Professional services will be rendered under this contract on an as-needed basis for federal projects anywhere in the country and United States territories; this includes the capability to travel to GSA Central Office, regional or field offices, and other landholding agency headquarters, regional or field offices; also, the capability to dispatch personnel to multiple locations simultaneously, if needed. Firm/team must have an existing office in one of the Standard Metropolitan Statistical Areas within the GSA regional cities (Washington, DC, New York, NY, Philadelphia, PA, Atlanta, GA, Chicago, IL, Kansas City, KS, Fort Worth/Dallas, TX, Denver, CO, San Francisco or San Diego, CA, and Auburn, WA). Type of Contract The intention is to award up to eight (8) firms for this Firm Fixed Price (FFP) IDIQ. The highest technically qualified contractors will be successful per the requirements Brooks Act (FAR Part 36). This will be an IDIQ Multiple Award contract concerning all business concerns. The duration of the base period will be one (1) year. The contract will include a clause for four (4) options, each of which could extend the contract for an additional one (1) year period and may be exercised at the option of the Government. The Maximum Order Limitation is $1,500,000 per year per contractor. The minimum guarantee for this contract is $1,000 for the base year. This IDIQ will follow the Brooks Act per FAR Part 36-Construction and Architect-Engineer Contracts. SELECTION PROCESS This is a Request for Qualifications (RFQ) of A/E/I firms/lead designers interested in contracting for this work. The A/E/I firm as used in this RFQ means an individual, firm, 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 project design. The lead designer is the individual or the team of designers who will have primary responsibility to develop the concept and the project design. The A/E/I selection will be completed in two stages as follows: In Stage I, interested lead designers, as defined and their A/E/I firms will submit portfolios of accomplishment that establish the design capabilities of the lead designer(s). Only the firm of the lead designer will submit information in Stage I. In Stage II, the short-listed lead designer firms will be invited to interview and asked to submit more detailed information. All documentation will be in an 8 ½" x 11" format. The assembled content for the Stage I portfolio should be no more than 30 double sided pages (60 sides, minimum margins of 1" and minimum font size of Arial 10 point). Project information sheets, resumes, or other standard firm marketing materials are exempted from margin and font limitations, but will be counted in the page limitations. Submissions may be single-sided where feasible. The portfolio should include the following: a cover letter referencing the FBO announcement and briefly describing the firm and its location, organizational makeup, and noteworthy accomplishments; Standard Form 330 Architect Engineer Qualifications (Full 330, Part I and II required for lead design firm/team); and the Lead Designer Philosophy. An A/E/I Evaluation Board consisting of representatives from GSA will evaluate the submissions. The board will establish a short-list of no more than twenty (20) firms. Submission Requirements and Evaluation Criteria Specialized Experience and Technical Competence (45%) (Main source of information for evaluation is section E and/or F of form 330) Firm/Team must demonstrate success in appropriately addressing complex design issues such as unique requirements, designing buildings or interiors within community context, image, function and scale. Firm/Team must demonstrate innovation in design and construction approaches on a range of projects including but not limited to innovative building design solutions and strategic (Workplace Engagement) and efforts to achieve sustainable buildings using integrated multidisciplinary teams. Teams must be able to provide services ranging from pre-design studies through construction administration. Teams should highlight concentrated areas of expertise such as Historic Preservation or Workplace Strategy. Consideration will be given to teams with outstanding specialized concentrated experience depending on the dispersion of specialized experience among other top ranked firms. Teams must also be adept at solving technical issues such as ADA improvements, security design and energy projects. Professional Qualifications for Key Personnel (25%) (Main source of information for evaluation is section E of form 330) This factor evaluates the quality of the Firm/team's proposed key personnel, taking into consideration the relevant experience, professional qualifications, training, education, past performance and expected availability of each individual. The more relevant experience, professional qualifications, training and education, the more qualified the individual shall be considered for the position proposed. The more qualified the Firm/team's individuals, the higher the Firm/team shall be rated. Management and Quality Control Plan 15% (Main source of information for evaluation is section H of form 330) This factor evaluates the Lead Designer's Philosophy; whether it offers a balance of design quality with other factors that affect public architecture including security, review processes, and budget and schedule. It will take into consideration whether the lead designer's intent for this contract indicates a flexible and imaginative attitude toward design within the constraints of various types of design projects. This factor evaluates the Management and Quality Control Plan. The plan shall clearly identify key roles and lines of communication. Also, explains steps to ensure cost, quality control, capacity, as well as identifies all review stages. Past Performance (10%) (Main source of information for evaluation is section F of form 330) Teams must be able to demonstrate successful past performance on example projects, from the point of view of the owner/client. The Government has the right to use corporate knowledge when evaluating this factor. Location of Firm, 5% Firm must be able to show the location of at least one of their offices is within the Standard Metropolitan Statistical Areas of a GSA regional city. Firms with more than one office in a GSA regional city will shall be rated higher. (Reference Appendix 1) The short-listed firms will be invited to interview and asked to submit more detailed information. Sufficient time will be provided for the lead designer and associated A/E/I Design Firm to establish its team. The Government will establish the detailed evaluation criteria and the date the Phase II submittals are due and provide that information to the short-listed firms at the time of the announcement. Supplemental Standard Form 330 Instructions: Note: Lead Designer Firm Information is to be submitted for Stage I. Only information requested will be considered. Section C: Do not modify the form by providing more than six proposed team members. Prioritize team members and provide those that are the most important to creating the most well rounded team or show your concentrated areas of expertise. Section E: Do not provide any more than 6 key personnel. Prioritize team members and provide those that best represent your 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: Each example project should be no more than 3 double sided pages. Photographs, sketches and drawings are welcome. Only provide 5 total example projects. Projects should demonstrate ability to successfully accomplish a wide range of project types, sizes and budgets. Majority of projects should be constructed, all should be designed within the last 5 years. 3 out of the 5 must be directly attributable to the Key Designer. Three of the five projects must be attributable to the "Lead Designer" of the Firm. Section G: Only indicate that Key Personnel participated in example projects when they will be performing the exact same role on this contract. Section H: 1) Management Plan (not to exceed 3 pages) to include: Teams overall Management Philosophy and Intent including project assignment, communication, roles and responsibilities, etc. • Quality Control Plan for 1) designing within the negotiated fee, 2) meeting design schedule and 3) designing a project within budget • Plan for managing and scheduling the Government's unpredictable issuance of task orders in terms of number, importance, urgency and capacity 2) Past Performance Documentation (for each sample project submitted in section F): • Provide copies of any performance evaluations or owner review of firms performance. • Provide an accessible owner point of contact including name, title, address and current phone number. • Provide copies (or listing) of awards. • Provide copies of letters of appreciation/commendations 3) Key Designer's Philosophy and Design Intent (not to exceed 2 pages) All responsive offers will be considered. This is not a request for proposal. The government intends to award approximately eight (8) contracts from this notice but reserves the right to vary that number based on number and quality of submissions. IMPORTANT INFORMATION FOR STAGE I SUBMITTALS Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting Standard Form 330 Architect Engineer Qualifications Part I and Part II, which must not be dated more than twelve (12) months before the date of this synopsis along with letter of interest and the portfolio to: Contracting Officer: Mr. Edgar Delgado Delivery Address: General Services Administration 230 South Dearborn Suite 3600 Chicago, IL 60604 Phone number: (312) 353-8797 ALL SUBMISSIONS ARE DUE by 12:00PM Central Time on Friday, August 21, 2015. A total of 6 hard copies and an electronic copy should be submitted. The following information must be on the outside of the sealed envelope 1) Solicitation Number/Title, 2) Due Date, and 3) Closing Time. Late responses are subject to FAR 52.214-7. This procurement is open to all business concerns. Before award of the contract, the A/E (if not a small business of less than $22,500,000 gross receipts over a three (3) year period) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. Small, women-owned, and small disadvantaged firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small and disadvantaged firms as part of their original submitted teams (Stage II). Contract will be procured under the Brooks A/E Act and FAR Part 36. The government will not allow payment for travel, living expense, computer time or hookups for the prime or the consultants during the selection process. This is not a Request for Proposals. Interviews Interview with the short listed firms are tentatively scheduled for the week of September 7, 2015 in Chicago, Illinois.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/30a77eb4519b4a3aca6b8637834ed0d5)
 
Place of Performance
Address: Multiple Locations across the US, United States
 
Record
SN03826699-W 20150808/150806235125-30a77eb4519b4a3aca6b8637834ed0d5 (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.