Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2017 FBO #5662
SOLICITATION NOTICE

99 -- Gignoux Historical Preservation Plan - RFQ

Notice Date
5/23/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R1 Acquisition Management Division (47PB00), 10 Causeway Street, Boston, Massachusetts, 02222, United States
 
ZIP Code
02222
 
Solicitation Number
6031000
 
Archive Date
6/17/2017
 
Point of Contact
Erin K. McIntyre, Phone: 6175132418, Heather Simpson,
 
E-Mail Address
Erin.Mcintyre@gsa.gov, Heather.Simpson@gsa.gov
(Erin.Mcintyre@gsa.gov, Heather.Simpson@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Gignoux Historical Preservation Plan REQUEST FOR QUOTE ACQUISITION STRATEGY: Small Business Set Aside PROJECT: Edward T. Gignoux Historical Preservation Plan DATE ISSUED: 5/23/2017 QUOTE DUE DATE: 11:00am ET Friday June 2, 2017 Questions due via email by 11:00am ET on Tuesday, May 30, 2017 NAICS Code: SUBMIT QUOTE VIA EMAIL TO: Erin McIntyre and Heather Simpson Contracting Officer (CO): Heather Simpson General Services Administration Email: Heather.Simpson@GSA.gov Contract Specialist (CS): Erin McIntyre General Services Administration Email: Erin.McIntyre@GSA.gov A. Identification of Agency The General Services Administration (GSA), Public Buildings Service (PBS), Region 1 (New England) is requesting a quote for a Historical Building Preservation Plan (HBPP) for the Edward T. Gignoux Courthouse in Portland, Maine. This requirement is a small business set aside. All services are to be provided in accordance to the statement of work. The Contractor will be required to submit a firm-fixed-price (FFP) quote due on June 2, 2017 at 11:00am ET. B. Statement of Work 1.PROJECT IDENTIFICATION Building Name:Edward T. Gignoux Courthouse Building Number:ME0034 Building Location:156 Federal Street. Portland, ME 2.BACKGROUND a.Currently GSA Region 1 is considering possible modifications to the existing entrances, circulation, program spaces, and systems for the Edward T. Gignoux Courthouse, which is listed in the National Register of Historic Places. Prior to implementing any modifications to the building GSA requires a Building Preservation Plan (BPP) to understand the scope and priority of historically significant areas and features of the Edward T. Gignoux Courthouse in order to preserve its historic fabric. b.The BPP program was developed to ensure that the material and cultural values of the U.S. General Services Administration's historic buildings are correctly documented, understood and treated. The purpose of the BPP is to develop exterior and interior zones to guide preservation treatment levels, identify and evaluate selected architectural elements within each zone, and provide appropriate treatment and repair guidelines. c.GSA, through the Center for Historic Buildings in the Office of the Chief Architect, has recently completed the design and installation of web-based electronic format for the preparation of BPP. The new web-based electronic format dispenses with the original BPP requirement for quantifying building materials and elements, e.g., area of a particular material, or number of a particular element, and focuses instead on the cultural and material significance of a historic building, the types and extent of material damage and deterioration, and the recommended treatments for repair and long-term maintenance. It retains the practice of establishing a hierarchy of significance ("Preservation Zones") for a building's site, exterior site, facades and features as well as interior spaces which are critical in preparing overall preservation strategies for major rehabilitations of historic buildings as well as short-term requirements for immediate maintenance to halt and reverse damage to significant building materials and features. 3.PROJECT OBJECTIVES a.This project covers all services necessary for the preparation of a BPP, utilizing the new web-based electronic format. b.The principal goal of the plan is to develop interior and exterior zones to guide preservation treatment levels. Additional goals include the documentation of building history, original construction, and current material conditions. c.The BPP shall include all areas shown in the attached plans: 1.Site Entire site, including exterior paving, pedestrian and vehicle entries, interior courtyard and stairs, air intakes, plantings 2.Elevations: All building elevations, including exterior facades, and interior courtyard, elevations 3.Basement: All spaces and circulation, including delivery entrance at Newbury Street, elevator lobbies, circulation routes and stairs, program, support, and mechanical spaces 4.First Floor: Pedestrian entries at Federal and Newbury Streets, vehicle entry from Newbury Street, pedestrian entries and lobbies at the corner of Federal and Market Streets and Newbury streets, elevator lobbies, circulation routes and stairs, program, support, and mechanical spaces 5.Second Floor: Courtrooms, Judge's chambers, clerk's offices, elevator lobbies, circulation routes and stairs, program, support, and mechanical spaces 6.Third Floor: Courtrooms, Judge's chambers, clerk's offices, elevator lobbies, circulation routes and stairs, program, support, and mechanical spaces d.All BPP submissions will be provided in accordance to the Project Schedule. Once each submission is approved by GSA it shall be uploaded to the BPP website for record. 1.The Historical Preservationist (HP) will be provided with a user name and password to access the internet-based BPP site. Access will include editing privileges for the various fields for which data entry is required. Access will also include links to other sites, such as the GSA Technical Specifications, for referencing to recommended treatments for repair and long-term maintenance. Access to linked sites will not include editing privileges of information on those linked sites. 4.FORMAT DESCRIPTION a.The BPP shall be comprised of three parts with each providing a sound basis for the next. i.History and Documentation: Devoted to the identification of the historic building, including general building information, real estate profile, history, including design and construction, and a description of the building as originally built. This portion of the work may reference the January 1990 Historic Structures Report by Ann Beha Associates. ii.Building Analysis: Focuses on establishing architectural significance and level of integrity retained. The information collected includes survey of building exterior, including courtyards, and interior spaces and elements. Types of materials present, and their condition, are noted. In addition, building systems, including mechanical, electrical, life safety are noted, as is the level of compliance with applicable codes. iii.Recommended Treatment: Based upon the information collected in the previous two parts, which establishes the significance and current condition of the building, this part formulates the preservation zoning of the building, and provides recommended treatments for the repair, restoration and maintenance of the building's exterior and interior spaces and elements. b.In addition to the three areas of information described above, the BPP shall feature an image library consisting of historical photographs, current condition photographs, and digital images of existing plans for original construction as well as subsequent alteration projects. c.Attachment 1 outlines the areas of information required by the BPP. d.The HP will be provided with a copy of the BPP User's Guide, which describes the requirements for each area of information required. 5.SCOPE OF WORK a.Overview The Historic Preservationist (HP) shall perform all services described herein and all services incident thereto as required under the HP Contract, in accordance with the Project Objectives, Description of Work, Governing Studies and Requirements, and other considerations set out herein, including the following attachments: i.Attachment 1:BPP Requirements Chart ii.Attachment 2:Digital Photographic Documentation iii.Attachment 3:Description of Building Zones b.Requirement Details: This project includes providing information for all fields required by the web-based BPP format, as indicated in Attachment 1. In summary, these include: i.History and Documentation: a.Gather information about the Edward T. Gignoux Courthouse as indicated in Attachment 1, including a list of available documents. Archival research shall include but not be limited to documents located in the GSA New England Region 1, including the January 1990 Historic Structures report by Ann Beha Associates. b.Prepare a general description of the building and an assessment of architectural and cultural significance. c.Provide bibliography of all sources consulted in the preparation of History and Documentation. ii.Building Analysis: d.Conduct site visits to produce photographic documentation, establish preservation zoning, and prepare descriptions of significant original materials and conditions including missing or altered elements for the Edward T. Gignoux Courthouse. Photograph the building's interior and exterior spaces to show materials and features, as listed in, but not limited to, the spaces listed, and as directed in Attachment 2. e.Review historic construction documents to confirm the existence and configuration of original significant public spaces, including public corridors, for purposes of prescribing restoration approaches. f.Perform evaluations of all material conditions within the Edward T. Gignoux Courthouse, including identifying probable causes of deterioration. iii.Recommended Treatments: a.Establish a prioritization of "Preservation Zones", in accordance with the guidelines in Attachment 3, identifying the levels of significance for the building's interior and exterior spaces, in order to assign appropriate levels of treatment for the building's rehabilitation, modernization and long-term maintenance. These preservation zones shall be presented in a graphic format and also address the building site, including plaza paving, site walls and stairs, air intakes, artwork, plantings. b.Based upon findings of building analysis and evaluation of building material conditions, and established "preservation zoning", provide recommendations for the most appropriate treatments, including restoration and repair methods and long-term maintenance. c.Reference GSA technical specification sections as applicable. d.Review all applicable GSA technical specification sections, and establish links to appropriate sections. e.For procedures relevant to the materials of this particular building, provide recommendations for revising technical specifications where information contained therein may no longer be recommendable, or where current practices may supersede those prescribed. f.Identify sources for all recommended treatments not currently contained in GSA's technical specifications. iv.Photographs a.The photographs shall include both historic and non-historic locations. b.Photographs shall be provided in digital format only, meeting current standards for professional architectural photography, at a minimum size and resolution of 5 X 7 inches, 300 DPI. Submitted photographs shall document spaces and conditions in views that legibly convey the overall appearance of the space as well as significant features and conditions, minimizing proportional distortion. All images shall be uploaded to the database and checked to verify image quality. c.The contractor shall submit 2 CDs including all of the images. c. Criteria Governing Survey i.Services performed under this Contract shall conform to all applicable requirements and criteria indicated in the following handbooks and publications, and the latest issues and changes thereto: a.Government Studies, Surveys and Reports i.Any previously completed Historic Structure Reports and/or Building Preservation Plans, if available, and including the January 1990 Historic Structures Report by Ann Beha Associates. ii.Applicable studies undertaken on the building (consult GSA Region 1 Regional Historic Preservation Officer, Building Manager and Asset Manager) iii.GSA Technical Guides and Notes, available at www.gsa.gov/historicpreservation>technical resources; National Park Service Preservation Briefs and Tech Notes. iv.Building Engineering Report (BER), if one has been done b.Government Requirements i.ADM 1020.1 and PBS 1022.2: GSA Procedures for Historic Properties. ii.The National Historic Preservation Act of 1966, as amended, and Executive Order 11593. iii.The Secretary of the Interior's Standards and Illustrated Guidelines for Rehabilitating Historic Buildings, Revised 1992 (36 CFR 67). iv.GSA P-100: Facilities Standards for the Public Buildings Service, March 2003. d.PROJECT SCHEDULE: e.Offerors that are able to accomplish this requirement before the project schedule deadline are encouraged. i.Project Milestones a. 50% Submission:30 Calendar Days after award ii.Provide two (2) bound copies of BPP report, and 2 CDs with photographs a. GSA Review:14 Calendar Days b. 85% Submission:30 Calendar Days after receipt of GSA review comments iii.Upload data and provide two (2) bound copies of BPP report, and 2 CDs with photographs. a. GSA Review:14 Calendar Days b. Final Submission:14 Calendar Days after receipt of GSA review comments In the event that a submission from the contractor is not approved, the corrections will be revised and resubmitted to the PC within 5 days of the initial notification. C. Administration All Contract employees, including employees of any subcontractor performing work under this contract, must sign in when entering the building and sign out when leaving the building. The GSA Form 139 (Record of Time of Arrival and Departure from Building) or other designated form for use in recording presence shall be accumulated by the Contractor each calendar week, certified in writing on each form that the information shown thereon is true and correct. The form will then be turned over to the PC as part of the monthly report. The PC will designate the location of the log and the type of form used. C.1 Contracting Officer (CO) The contracting officer is the final authority in all contractual matters relating to this award. The CO has overall responsibility for administration of the contract and is authorized to take action on behalf of the Government relating to the contract. Should there be discussion of potential changes to the SOW or the Scope of work the Contractor shall inform the CO and CS. Changes to the SOW or scope of work cannot occur without a contract modification signed by the Contracting Officer. C.2 Contract Specialist (CS) The contract specialist is not authorized to modify the terms and conditions of a contract however the CS will complete all administrative tasks related to the contract, including preparing correspondence between the vendor and CO and coordinating the project with the PC. Should there be discussion of potential changes to the SOW or the Scope of work the Contractor shall inform the CS and CO. Changes to the SOW or scope of work cannot occur without a contract modification signed by the Contracting Officer. C.3 Project Coordinator (PC) The PC is not a Contracting Officer and is not authorized to modify the terms and conditions of the contract. The PC will work with the contractor on all day to day requirements to assist with the progress of the contract. The contractor shall update the PC on the project progress and should include the PC on all correspondence with GSA personnel. All submissions will be reviewed and approved by the PC. C.4 Period of Performance This award will be effective from the date of establishment for a 16 week period. The Government may cancel the award at any time by notifying the Contractor Team Lead at least thirty (30) days in advance. C.5 Security Requirements and Personal Identity Verification Procedures (Non-Classified Contract) The Contractor shall comply with directions provided by the Contracting Officer (CO) regarding all security requirements. All Contractor employees shall receive a favorable suitability determination, security clearance, and/or meet all security requirements, prior to reporting to work or performing work under this contract in accordance with Contractors Federal Supply Schedule 00CORP and HSPD(12)Security Procedures (attached). C.6 Kickoff Meeting At the Government's request, the contractor shall participate in the kickoff meeting for when the contract is established. This may require physical presence by the contractor at each Kickoff meeting at no additional cost to the Government. All members of the contractor's project team shall attend the kick-off meeting and the site-visit. C.7 Proprietary Information In the event that performance of any work under the contract causes the Contractor to gain access to proprietary and/or confidential information of other /contractors, the Contractor is required to immediately execute Non-Disclosure Agreements (NDA) with those /contractors, in order to protect the information from unauthorized use. The Contractor is required to refrain from using any such information for any purposes other than for which it was furnished. The Contractor must immediately provide the Contracting Officer with a copy of any such agreements with original signatures affixed. The GSA points of contact responsible for overall administration of this contract are: Contracting Officer (CO): Heather Simpson General Services Administration Public Buildings Service Thomas P. O'Neill Jr. Federal Building 10 Causeway Street Boston, MA 02222 Email: Heather.Simpson@GSA.gov Contract Specialist (CS): Erin McIntyre General Services Administration Public Buildings Service Thomas P. O'Neill Jr. Federal Building 10 Causeway Street Boston, MA 02222 Email: Erin.McIntyre@GSA.gov D. Request for Quote This acquisition will follow the regulations outlined in FAR 13.104. D.1 Instructions for Quotes The due date for Receipt of Quote (RFQ) is 11:00AM ET June 2, 2017. Quotes shall be submitted in accordance with this solicitation to Heather.Simpson@GSA.gov and Erin.McIntyre@GSA.gov. Emailed quotes in the form of Word or PDF are required no other format will be accepted. The prospective Offeror assumes full responsibility for ensuring that its' quote is received on or before the specified date and time. The final offer should resemble the chart below. All line items and associated quantities shall be identified with a description of what required documents will be completed at the 50% submission, 85% submission and the final submission. Please note that upon completion of each trip the vendor shall provide receipts for all travel expenses to GSA to receive travel reimbursement. All travel is per diem based on Government approved travel rates based on this website: https://www.gsa.gov/portal/content/104877 Please provide a fixed priced quote for all work required by the Statement of Work. Please not all travel fee must be included in the fixed price for the contract as the government will not pay for a separate line item for travel. D.2 Prospective Contractors' Questions Any questions regarding this procurement shall be sent electronically to Erin.McIntyre@GSA.gov with the subject line "Gignoux Historical BPP" no later than 11:00AM ET on Tuesday May 30, 2017. In posing questions, Contractors must cite the relevant RFQ section and page number. Questions should be written in a manner that enables clear understanding of the Contractor's questions or concerns. Statements expressing opinions, sentiments, or conjectures are not considered valid inquiries and will not receive a response. Further, Contractors are reminded that GSA will not address hypothetical questions aimed at receiving a potential "evaluation decision." E. Evaluation Criteria E.1 Evaluation Procedures The Government will award a firm fixed price contract resulting from this solicitation to the offeror whose quote conforms to the solicitation and will be the most advantageous to the Government. During the evaluation, price and other factors shall be considered. Please note that technical and past performance are equally important and when combined are significantly more important than price. Since price is not necessarily the determining factor, award may be made to the offeror with other than the lowest price. E.2 Past Performance The contractor shall have proven specialization in architectural historic preservation and demonstrate a familiarity with characteristics of mid-20th century architecture, including certain wall design, construction and maintenance issues. The vendor shall provide a brief description of three completed projects similar in scope that were completed within the past five (5) years. Along with the description a reference shall be provided for reach project including the reference's name, title, email address and phone number. In addition, the vendor shall provide a copy of their best previously performed project (to include all photographs) of comparable or similar scope, complexity and magnitude completed within the last five (5) years by the proposed team for this project. E.3 Technical A. The contractor shall provide a team of experts assigned to this contract, including individuals trained in architecture and architectural conservation, who have demonstrable training and experience in assessing the cultural and material significance of historic buildings, the survey and analysis of historic building spaces and materials and the causes of their deterioration, and the identification of appropriate treatments for their repair, conservation and long-term maintenance. The contractor shall describe the team composition including the job titles and their descriptions. In addition the contractor shall provide a description of how the proposed team was selected and a written outline for how the work shall be performed and completed from start to finish for this requirement. An Adequate and appropriate number of professionals shall be included on the team to conduct research, perform inspections, analyze material conditions, describe the building using correct architectural terminology, and assess the significance of the building and its spaces and features using established federal preservation standards promulgated by the Department of the Interior within the project schedule. The Team shall be capable of completing each deliverable within the time frame established in the Project Schedule. The contractor shall provide resumes for each of the proposed project team members in the following disciplines: 1.Qualified historic preservation staff 2.Architects/Historic Preservationists with training and experience in the production of CAD documents and specification editing. 3.Individuals with training and experience in the editing of professional reports, particularly related to architectural and engineering fields, whose responsibility shall be the preparation of accurate and high quality descriptions of building architecture and history. 4.Individuals with training and experience in internet-based programs, including data entry and report generation. 5.Individuals with training and experience in architectural photography, whose sole responsibility shall be the execution of high quality photographic documentation of all required building elements. F. Summary of Deadlines Questions regarding this RFQ are due no later than 11:00 AM ET Tuesday, May 30, 2017 to Heather Simpson at Heather.Simpson@gsa.gov and Erin McIntyre at Erin.McIntyre@gsa.gov Quotes are due no later than 11:00 AM ET Friday, June 2, 2017, in accordance with the instructions contained herein. G.Contract Clauses 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2015) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.203-99 Prohibited on Contracting with entities that require certain internal confidentiality agreements (Deviation 2015-02) (FEB 2015) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.227-14 Rights in Data-General (May 2014) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (NOV 2016) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.204-14 Service Contract Reporting Requirements (OCT 2016) (PUB. L. 111-117, section 743 OF DIV. C). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). 52.222-26 Equal Opportunity (APR 2015)(E.O. 11246) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C. 3332). 52.232-34, Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) (31 U.S.C. 3332). 52.222-41 Service Contract Labor Standards (May 2014) (29 U.S.C. 206 and 41 U.S.C chapter 67) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) H.Solicitation Provisions 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (NOV 2016) 52.212-1 Instructions to Offerors-Commercial Items (OCT 2016) 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) (FEB 2015) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-17 Ownership or control of offeror (JUL 2016) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PK-ME/6031000/listing.html)
 
Place of Performance
Address: 156 Federal St., Portland, Maine, United States
 
Record
SN04518387-W 20170525/170523234812-2e5036c8a8f0ece2d486ef9b370af7a9 (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.