SOLICITATION NOTICE
C -- GSA, PBS, Region 5 Architectural/Engineering and Engineering Services Indefinite-Delivery Indefinite Quantity Contract for Various Locations - State of Illinois - Attachments for RFP submission
- Notice Date
- 3/15/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management Division, Customer Projects Team (5P1QCD), General Services Administration, Public Buildings Service, 230 S. Dearborn Street, Rm 3300, Chicago, Illinois, 60604, United States
- ZIP Code
- 60604
- Solicitation Number
- GS-05-P-16-GB-D-7000
- Point of Contact
- Matthew J. Matusik, Phone: 3123533782
- E-Mail Address
-
matthew.matusik@gsa.gov
(matthew.matusik@gsa.gov)
- Small Business Set-Aside
- Partial Small Business
- Description
- Architect Engineer Cost Estimate Worksheet - Not required for Step I of the project. Info only unless selected for Step II (negotiations). PIB 1304 - 6% Fee Limitation Table Architect Engineer Qualification Form Solicitation GS-05-P-16-GB-D-7000, GSA, PBS, Region 5 Chicagoland Indefinite Delivery Indefinite Quantity (IDIQ) Architectural and Engineering design Services Contract Solicitation Number: GS-05-P-16-GB-D-7000 Notice Type: Pre-Solicitation This pre-solicitation notice is a Request for Qualifications (RFQ) only. The Government may award to design teams led by either an Architectural or an Engineering firm. The RFQ will be conducted in accordance with FAR Part 36, construction and architect-engineer contracts. The RFQ due date and time is: Monday, April 18, 2016 at 4:00PM CT Contracting Office Address: General Services Administration Public Buildings Service 230 South Dearborn Street, Room 3600 Chicago, Illinois 60604 United States Place of Performance: General Services Administration (GSA) Region 5, the Chicagoland area defined as the Chicago-Naperville-Elgin, IL-IN-WI Metropolitan Statistical Area of which Chicago-Aurora-Joliet, IL Metropolitan Division is one of three Division making up the Chicago metropolitan statistical area (MSA) and shall also include the county of Winnebago (to include the City of Rockford). In the event of additional GSA needs for A/E Services within Region 5 (Minnesota, Wisconsin, Illinois, Indiana, Ohio and Michigan) but outside of a contractors designated zone - a mutual agreement between GSA and the prospective firm may be proposed. Offer and/or acceptance of such a request would not be mandatory or required. Primary Point of Contact: Matthew Matusik Contracting Officer Acquisition Management Division Chicagoland Construction Contracting Team (5P1QCC) matthew.matusik@gsa.gov Phone (312) 353-3782 Secondary Point of Contact: Gregory Karpovics Contracting Specialist Acquisition Management Division Chicagoland Construction Contracting Team (5P1QCC) gregory.karpovics@gsa.gov Phone (312) 353-0446 Synopsis: This contract will result in multiple, indefinite delivery, indefinite quantity (IDIQ) contracts to provide the Chicagoland area with Architecture and Engineering (AE/EA) services led by either an architectural or an engineering firm. These services are to be consistent with the Guiding Principles of GSA's Design Excellence program for a variety of project types across a wide range of project budgets. Assembled teams should be well rounded and clearly identify relevant concentrated areas of expertise. Architectural and Engineering (AE/EA) Services will be rendered for projects managed by GSA's Chicagoland Service Center Operation Division (CSCOD). Most work orders will be executed for repair and alteration projects within existing buildings. The estimated cost of construction at award (ECCA) can range from $2,000 to approximately $2,800,000(or the current Prospectus Project Threshold), however it is anticipated that the majority of projects will have an ECCA between $50,000 and $500,000. In accordance with Federal Acquisition Regulation (FAR) 15.404-4(c)(4)(i)(B), fees for design services cannot exceed 6% of the ECCA. For general guidance describing included and excluded services, in regards to the 6% fee limitation, see PIB 13-04 Attachment. A broad range of services potentially requested under this IDIQ contract may include but are not limited to the following: •● Feasibility, pre-design, and project development studies •● Field investigation, Site surveys •● Concept design, Design development and Construction document development (both engineering and architectural) •● Estimating •● Constructability review and evaluation •● Submittal and shop drawing review •● Historic Preservation •● MEP services, •● Mechanical system assessments and design •● Mechanical component assessments and designs (such as pumps, fans, air handlers, water distribution systems) •● Air distribution assessment and design •● Post Construction Contract Services (PCCS) •● Management and inspection (M&I) services during construction •● Record and close-out documents •● Master planning •● Façade evaluation and remediation design •● Structural evaluation and design •● Historic building assessment, materials review and repair solution/ remediation •● Building condition survey evaluation reports (exterior and interior) •● Fire and Life Safety evaluation and design •● Existing conditions surveys •● Building standard documents •● Interior design including FFE •● Temperature control assessment and design •● BAS system assessment and integration •● Building and system commissioning •● Water infiltration investigation and mitigation design Architectural and engineering disciplines and other specialized expertise that may be required to accomplish the scopes of the task orders include but are not limited to: •● Architecture •● Mechanical Engineering •● Electrical Engineering •● Structural & Civil Engineering •● Plumbing •● Fire Protection •● Life Safety •● Security •● Seismic & Blast •● Vertical Transportation •● Space Planning & Workplace •● Interior Architecture •● Real Estate Market Analysis •● Historic Preservation •● Cost Estimating •● Scheduling •● Master Planning •● Report writing •● Quality control review •● Surveying •● Sustainability & LEED Certification •● Building Information Modeling •● 3-D rendering •● Code Compliance •● Environmental Services 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 $2,500,000 for each one year period. The minimum guarantee for this contract is $2,500 for the base year only. The selected firms must negotiate overhead, profit and hourly rates for major anticipated disciplines to be used in negotiating fixed price task ord ers in phase II as described below. Firm/team must have an existing active production office within or near the geographic region previously defined as "Chicagoland" so as to minimize direct travel cost on task orders. Joint ventures or firm/consultant arrangements will be considered. In order to encourage participatio n in this RFQ, a pre-submission meeting is scheduled for April 05, 2016 at 09:30 AM. The meeting will be available via teleconference only. Attendance is completely voluntary and will not positively or negatively impact a team's evaluation. Those wishing to attend should RSVP to Matthew Matusik, Contracting Officer, at matthew.matusik@gsa.gov. In the e-mail, please provide the names of those attending. A webex link to the meeting will be provided. TEAM SELECTION: Team selection is executed through a two-step process where the first step is qualification based and the second step is fee based. STEP I: In the first step, teams will submit qualification based on the criteria identified below. A source selection board will review each team's qualifications and establish a short list of firms. The shortlist will constitute a combination of small and large businesses. The shortlist may be composed of architect-led OR engineering-led teams OR a combination of both. The Government reserves the right to hold interviews with each of the short-listed firms to clarify and confirm submitted information. EVALUATION FACTORS: I. Specialized Experience and Technical Competence (45%) : Teams must demonstrate success in appropriately addressing a variety of complex as well as routine design issues that seamlessly incorporate architecture and engineering. Teams must be able to demonstrate their competency at executing services such as those noted previously in this solicitation. Teams must demonstrate that they are adept at solving a variety of issues and note where their specialized experience is evident. The spirit of the GSA Design Excellence program and its Guiding Principles should be evident in the team's work http://www.gsa.gov/portal/category/21079 Design Excellence in architecture and engineering should be addressed through problem solving within existing buildings and achieving creative solutions considering function, scale, image, engineering, and community context, under the constraints of budget, schedule etc. Examples of using emerging, or innovative design and construction processes must be demonstrated. Team must be able to provide services ranging from pre-design studies through construction completion. Teams should highlight specialized areas of expertise such as Historic Preservation and Sustainable design. Consideration will be given to teams with specialized experience. II. Management Plan, Team Structure and Quality Control (30%) : Teams must demonstrate a clear and efficient management plan and team structure (which includes sub-consultants) that addresses roles and responsibilities, lines of authority, coordination and communication. Assembled teams should be well rounded and clearly identify relevant concentrated areas of expertise. The management plan should clearly describe: •● Environmental Services •● The team's overall design approach. •● The team's ability to staff and manage task orders on an as-needed basis; accounting for the unpredictable issuance of task orders in terms of number, size, importance and urgency. •● The team's plan for designing within a negotiated fee in accordance with the 6% fee limitation. Consideration will be given to teams that demonstrate a wide range of experience levels, in multiple disciplines, proving the ability to flexibly staff projects based on complexity and budget constraints. Team must demonstrate processes for quality control and commitment to quality control standards while designing within the project's budget and schedule limitations. The plan should specifically address coordinate efforts with sub-consultants. III. Professional Qualifications (10%) Key Personnel must possess the education, qualifications and project experience that will provide the best opportunity for the successful completion of task orders under this contract. Team's design philosophy should be balanced and their intent/involvement for accomplishing task orders under this contract should be appropriate. IV. Past Performance (15%) Teams must be able to demonstrate successful past performance on example projects. This can be from the point of view of the client, professional peers and project teammates. Demonstrated success at collaborative relationships with consultants will be positively considered. The Government has the right to use corporate knowledge when evaluating this factor. REQUIRED DOCUMENTS for QUALIFICATION SUBMISSION: Interested firms having the qualifications to meet these requirements are invited to submit four (4) hard copies and one (1) CD, that include the PDF copies of all the required documents including the Standard Form 330 along with a letter of interest no later than 4:00pm on Monday April 18, 2016 (Central Time). Please provide only the information requested supplemental information will not be evaluated. Documents should be sent to: Matthew Matusik Contracting Officer General Services Administration Public Buildings Service 230 South Dearborn Street, Room 3600 Chicago, Illinois 60604 United States Required form 330 information/instructions: 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. It is recommended that firms responsible for the majority of the work submitted in section F be included. Section E: Do not provide any more than 6 key personnel. You will have to prioritize 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/Engineering 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: Form can be modified. Each example project should be no more than 3 single sided pages. Photographs, sketches and drawings are welcome. Only provide 10 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 10 have to be directly attributable to the Key Designer. 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 the teams overall Management Philosophy and Intent including project assignment, communication, roles and responsibilities, etc. 2. Quality Control Plan - providing services within the negotiated fee in compliance with the Brooks Act (see attachment PBS Procurement Instructional Bulletin PIB 13-04), meeting design schedule, designing a project within budget, plan for managing and scheduling the Government's unpredictable issuance of task orders in terms of number, size and urgency, plan for efficiently covering the entire Chicagoland area including locations where work will be accomplished. 3. 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 4. Teams Design 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 multiple contracts from this notice but reserves the right to vary that number based on number and quality of submissions. The prime contractor must be registered in the System for Award Management ( www.sam.gov ). STEP II After the interviews are complete those teams that the Government opens negotiations with will be required to submit the following documents: These documents are not required with the initial requirements package. •● Labor rates for all pertinent categories/job titles (base rates only, not loaded) for the firm and all subcontractors (to be submitted on a GSA Form 2630). •● Current report from payroll accounting system to include: explanation of pay period and a list to include employee Name, corresponding labor category and salary or hourly rate for those employees that will be working on the Contract (base rates only, not loaded). •● Overhead rates (to be submitted on a GSA Form 2630). •● Financial reports that outline the direct and indirect expenses of the firm. The report should allow GSA to determine what expenses are classified as direct or indirect and used in the computation of the overhead rate. The report shall cover the firm's last completed fiscal year and shall illustrate how you have computed your overhead rate. The proposed fee structure will be evaluated by the GSA contracting officer to determine "fair and reasonableness". If a mutually satisfactory contract cannot be negotiated, the contracting officer shall obtain a written final proposal revision from the firm, and notify the firm that negotiations have been terminated. The contracting officer shall then initiate negotiations with the next qualified firm on the selection list.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PCT/GS-05-P-16-GB-D-7000 /listing.html)
- Place of Performance
- Address: General Services Administration (GSA) Region 5, the Chicagoland area defined as the Chicago-Naperville-Elgin, IL-IN-WI Metropolitan Statistical Area of which Chicago-Aurora-Joliet, IL Metropolitan Division is one of three Division making up the Chicago metropolitan statistical area (MSA) and shall also include the county of Winnebago (to include the City of Rockford)., Chicago, Illinois, 60604, United States
- Zip Code: 60604
- Zip Code: 60604
- Record
- SN04050652-W 20160317/160315235006-c076dc0334179f6487506179b266ac81 (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 |