Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
MODIFICATION

C -- GSA, PBS Region 4 A&E Services IDIQ (Synopsis Issued 10/19/2018; Solicitation Issued 11/07/2018 - Solicitation 1

Notice Date
11/7/2018
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R4 Acquisition Management Division (47PE00), 77 Forsyth Street, Atlanta, Georgia, 30303, United States
 
ZIP Code
30303
 
Solicitation Number
47PE0119R0001
 
Response Due
12/7/2018 10:00:00 PM
 
Point of Contact
Albert Rumph, Phone: (404) 719-9032, Erin M. Lush, Phone: 502-377-8485
 
E-Mail Address
albert.rumph@gsa.gov, erin.lush@gsa.gov
(albert.rumph@gsa.gov, erin.lush@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation 47PE0119R0001 Representations and Certifications Solicitation 47PE0119R0001 Pricing/Overhead/Wage Rates Breakout Sheet Solicitation 47PE0119R0001 SF330 Solicitation 47PE0119R0001 with Provisions and SOW Solicitation 47PE0119R0001 (1) Action Code:NAICS: 541330 - Engineering Services and 541330 - Architectural Services (2) Synopsis Issue Date: October 19, 2018; Solicitation Issue Date:Wednesday, November 7, 2019 (3) Year:2019 (4) Contracting Office ZIP Code:30308 (5) Product or Service Code:C211 - Architect & Engineering Services - General (6) Contracting Office Address:77 Forsyth Street, SW, Atlanta, GA, 30308 (7) SubjectGSA, PBS, Region 4 A/E Services IDIQ (8) Solicitation Number:47PE0119R0001 (9) Closing Response Date:Solicitation Offers Due - 10:00 p.m. EST on 12/07/2018 (10) Contact Point or Contracting Officer:Albert C. Rumph, Jr.(CO)/ Erin M. Lush(CS) (11) Contract Award and Solicitation Number:TBD - Solicitation# 47PE0118R0012 (12) Contract Award Dollar Amount:$5,000,000.00 (13) Line Item Number:TBD (14) Contract Award Date:TBD (Estimated January 2019) (15) Contractor:TBD (16) Description:A/E Services FFP, IDIQ (17) Place of Contract Performance: See Prime and Secondary Zones A, B, C, D, E, and F (18) Set-aside Status: Total Small Business Set-aside These contracts are intended to be aligned geographically with the following Property Management Centers/Zones: Prime Geographic Locations/Zones: Zone A - State of Florida Zone B - State of Georgia Zone C - States of North Carolina and South Carolina Zone D - States of Alabama and Mississippi Zone E - States of Tennessee and Kentucky Secondary Geographic Location/Zone F: In addition, one (1) Regional Contract may be awarded, for a secondary geographic location, if enough competition exists that will cover Zone F (The States of Florida, Georgia, North Carolina, South Carolina, Alabama, Mississippi, Tennessee, and Kentucky) for PBS Region 4's Southeast Sunbelt Region. At the time of proposal submission, offerors will indicate if they wish to be considered for Primary Geographic location Zones A, B, C, D, and/or E, and/or Secondary Geographic Location Zone F. A firm fixed price contract(s) is contemplated utilizing Federal Acquisition Regulations (FAR) Part 36.6 (Brooks Act) selection procedures. After award, the contract work shall be performed in accordance with the issuance of task orders. The value of individual task orders executed under these contracts may range from $2,500.00 to $1,000,000.00. However, the Government makes no representation as to the number of task orders or the actual amount of work to be ordered under an individual task order. The minimum guarantee for each contract shall be $1,500.00 for the base contract period. The contracts will include hourly rates for anticipated disciplines at various levels for use in negotiating fixed price task orders. The Maximum Order Limitation (MOL) for each contract will be $5,000,000.00 total across the base and all option periods (not each period). The intent of this acquisition is to procure up to six (6) single-award Indefinite Delivery/Indefinite Quantity (IDIQ) term contracts for Architectural and Engineering Services and will be procured as a Total Small Business Set-Aside. The NAICS (North American Industry Classification System) Code for this procurement is 541330, Engineering Services. The annual Small Business Size Standard is $15 Million with a secondary NAICS code of 541330, Architectural Services. Projects under this contract are for engineering and design services. Most projects will involve occupied buildings, many of which are historically significant. The scope of architectural and engineering services under this proposed contract will include, but are not limited to the following: architectural, structural, civil, geo-technical, mechanical and electrical engineering, landscape architectural, sustainable architectural, elevator, and security planning/design, life-safety/fire-protection, cost-estimating, interior design, courts consulting, historic preservation, hazardous-material abatement, site-surveys/investigations, and building commissioning, checking of shop drawings/materials submittal, construction inspection services, feasibility studies, prospectus development studies, and material testing. The services to be provided may be design (in whole or part) of a new, or renovation/alteration construction project; may be required as a programming/planning activity; or may involve the preparation of studies, and/or analysis of specific building's systems and/or components. The final products of services may be bidding/construction documents, detailed cost-estimates, evaluation reports, or other authorized services. The services rendered shall be required to be in the International System of Units (SI) (Metric) as listed in the Federal Standard 376A, Preferred Metric Units for General Use by the Federal Government, inch-pound system, or dual system of both inch-pound system and metric system. SELECTION PROCESS: To be determined responsive, each potential offeror must submit a separate packet for each zone the offeror would like to be considered. The following items shall be included in each submission packet and emailed to albert.rumph@gsa.gov and erin.lush@gsa.gov by 10:00 p.m. EST on Friday, December 7, 2018: (1)A cover letter referencing the FedBizOpps announcement and will briefly describing the firm and its location, the geographic zone (or Zones) they wish to be considered for, organizational makeup, noteworthy accomplishments. The firms will also identify any proposed working and legal relationship between its components if the A&E Firm is a Partnership, Corporation, Association, Joint Venture, or other legal entity; (2)Completed Standard Form 330 Architect Engineer Qualifications (SEE SF330 Instructions); (3)Technical Evaluation Factors 1, 2, 3, 4, 5, and 6 responses to the submission requirements and evaluation criteria listed below. (4)Pricing/Wage Breakout Sheets (5)Representations and Certifications The selection of up to six (6) single award A&E IDIQ contracts for the above mentioned geographic locations/zones will be made using a two Phase process as follows: PHASE I - The technical qualifications and experience of proposed prime A&E firms will be evaluated from the initial technical proposals, including review of their complete team of engineers and consultants. A short-list will be established of the A&E firms determined to be the most highly technically qualified. The short-listed prime A&E firms will be invited to continue with Phase II of the selection process. PHASE II - Interviews will be conducted with the short-listed prime A&E Firms. The short-listed prime A&E Firms will be ranked and the top-ranked firms' pricing/wage breakout sheets will be evaluated. **Please Note** Documents for Phase I and II are listed in this solicitation and required to be submitted by 10:00 p.m. EST on December 7, 2018. SUBMISSION REQUIREMENTS - PHASE 1 The Prime A&E Firms that fully meet the requirements described in this notice are invited to submit a qualification package including the following: SF 330 INSTRUCTIONS - PHASE 1 Prime A&E firms are to complete and submit a current Standard Form (SF) 330, Architect-Engineer Qualifications for each geographic zone they wish to be considered for, to include 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 under the specified geographic zone. All sections of the SF330 must be filled out in their entirety and must address all elements identified under the "Phase 1 Evaluation Criteria". In addition to the standard instructions provided on the SF 330, the following are supplemental instructions for the SF 330 under this announcement: Section C: The A&E firm should prioritize team members and only provide those that are the most important to creating the most well rounded team. Section E: The A&E 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 and completed within the last ten (10) years; "designed and completed" means the design work and associated construction work for a submitted project are both to have been completed in the last 10 years. The AE firm may submit the same projects for multiple Evaluation Factors if they address the specified information required for each. The total number of pages provided for each project narrative shall not exceed three (3) pages each; this three (3) page narrative maximum for projects does not include the Questionnaire OR CPARS evaluation to be submitted for each of the three (3) projects for Evaluation Factor 3 - Past Performance. See "Evaluation Criteria - Phase 1" for specific information related to each of the Evaluation Factors. Ensure each project specifically notes which Factor it is being submitted for. Ensure that an accessible owner point of contact including name, title, address, current email address and current phone number is provided. The maximum number of projects that may be identified under Section F are nine (9). Section G: Indicate Key personnel and Consultant/ Subcontractors who participated in the example projects under Section F. Section H: Certification is required by the prime A&E firm that they have an active main office and/or branch office located within the applicable geographic area they wish to be considered; the last entry under this section must read "I hereby certify that the prime A/E firm or firms listed in Section C meet(s) the geographic limitations stated in the synopsis for this contract". All documentation shall be in electronic format (PDF) and shall consist of an 8 1/2" x 11" format, with Arial Font, minimum 10 pitch. The assembled content for the Phase I portfolio shall not exceed one hundred fifty (150) pages. Brochures or other pre-printed material may be submitted; however they are to be considered as part of the one hundred fifty (150) page limitation. All assembled pages in the electronic submissions shall be continuously numbered, meaning cover pages, interest letters, table of contents, dividers, etc. are to be included in the continuously numbered pages; there are no exclusions allowed in the specified page limitation. Each page is to be numbered; Submissions ARE REQUIRED TO BE SUBMITTED ELECTRONICALLY VIA EMAIL PHASE 1 - EVALUATION CRITERIA: The Evaluation Criteria and associated relative "weight" for each criteria element is as follows: Criteria 1 - Specialized Experience and Technical Competence Weight = 25% Criteria 2 - Past PerformanceWeight = 25% Criteria 3 - Professional QualificationsWeight = 25% Criteria 4 - Capacity of Firm and Project TeamWeight = 10% Criteria 5 - Quality ControlWeight = 10% Criteria 6 - Geographical LocationWeight = 5% TOTAL100% The Evaluation Criteria and submission requirements for each are further described below: Criteria 1 - Specialized Experience (25%) - Recent experience of the design team members, both individually and collectively as a team, in the type of work required, or evidence of similar relevant experience to the tasks described above, and in: a) Design approach with salient features for each project; b) How the clients program, function, image, mission, cost control, schedule and operational objectives were satisfied by the overall design/planning solution. c) Type of work required that may include experience in the following areas: i. "Design Excellence" projects for GSA, completed in accordance with the "GSA Design Excellence Program" guidelines ii. Interior Design services iii. High end public spaces (finishes) iv. Designing project of high complexity involving multiple trade and customer phasing, v. Sustainable design, use of the U.S. Green Building Council LEED System including descriptions of waste reduction techniques and energy efficiency in facilities designed by the team, and familiarity with use of recovered material on construction contracts per FAR clause 52.223-9. i. Familiarity with security criteria for the safety of personnel in Courthouses, Federal Facilities, and LPOEs, and associated mitigation measures in design and construction, including, but not limited to, standoff distances, blast resistant design and prevention of progressive collapse. vi. Preparation of Building Evaluation Study or Project Development Study. vii. High performance energy efficient buildings. viii. Performance of independent Building Commissioning services as the Commissioning Agent, consistent with LEED requirements, including design phase, construction phase, turnover, and measurement and verification (M&V) phase services. ix. Commercial programming & workplace strategy studies, interior design services, change management, post occupancy analyses, and furniture, fixtures and equipment (FF&E) design. x. Experience with historic preservation, use of the Secretary of the Interior's Standards, and conservation of historic material. i. Experience in mechanical, structural, HVAC, electrical, civil, interior designer estimating, Spatial Data Management/CAD, fire safety, elevator/ escalator, historic preservation, asbestos, acoustical, seismic, environmental, energy, telecommunication, cost estimating, surveying/mapping and geotechnical. Submission Requirements: The firm shall submit no more than five (5) relevant projects performed within the last five (5) years that illustrate overall team experience relative to this contract scope. If more than five relevant projects are submitted, only the first five listed will be considered by the board. In addition to Form F of the SF 330, each project submission may include up to two additional pages for photos or other information. Relevant projects are defined as A/E services for construction projects between $150,000 and $5,000,000 which demonstrate experience with architectural, structural, civil, geo-technical, mechanical and electrical engineering, landscape architectural, sustainable architectural, elevator and security planning/design, life-safety/fire protection, cost estimating, interior design, courts consulting, historic preservation, hazardous-material abatement, site-surveys/investigations, and building commissioning, checking of shop drawings/materials submittal, construction inspection services, feasibility studies, prospectus development studies, and material testing. Experience with federal buildings, historic buildings, the GSA PBS P-100, and projects involving occupied space, may be evaluated more favorably. Submit a maximum three (3) page narrative for each project, including any photographs and drawings as applicable, for a total of three (3) projects that illustrate specialized experience of projects completed. Projects submitted may be for both renovations as well as new construction. More weight may be given for firms who submit projects reflecting the A/E firms specialized experience with interior design services, "Design Excellence" projects for GSA, high end public spaces (finishes), and security requirements in Courthouses, Federal Facilities, and LPOE's. A/E firms MUST submit five (5) projects total for this factor, no more and no less. Criteria 2 - Past Performance (25%) - Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules will be evaluated. Points of contact provided in other criteria may be contacted. A firm with no record of past performance information shall be evaluated neither favorably nor unfavorably. Submission Requirements: For each project submitted under Criteria 1, firms shall provide references with points of contact, along with a list of key team members who worked on the project. In addition, firms may provide documentation of design awards and letters of appreciation and/or commendation to demonstrate successful past performance. Provide past performance on contracts with Government agencies and private industry should address the following: a) The A/E's approach to design and project management. Documents the A/E's ability to handle projects with multiple end-users and complex requirements; b) The team's organization. Describes the extent of the A/E's previous experience with the proposed consultants and its demonstrated ability to effectively manage the prime- consultant relationship. c) The team's QC processes for checking and verifying plans and specifications for errors, omissions and quality, documenting design decision, and incorporating and tracking review comments. d) The team's ongoing communication plan. e) Projects are provided which demonstrate satisfactory past performance on projects that may include the following: i. "Design Excellence" projects for GSA completed in accordance with the "GSA Design Excellence Program" guidelines ii. Interior Design services iii. High end public spaces (finishes) iv. Sustainable design, use of the U.S. Green Building Council LEED System including descriptions of waste reduction techniques and energy efficiency in facilities designed by the team, and familiarity with use of recovered material on construction contracts per FAR clause 52.223-9. ii. Familiarity with security criteria for the safety of personnel in Courthouses, Federal Facilities, and LPOEs, and associated mitigation measures in design and construction, including, but not limited to, standoff distances, blast resistant design and prevention of progressive collapse. v. Preparation of Building Evaluation Study or Project Development Study. vi. High performance energy efficient buildings. vii. Performance of independent Building Commissioning services as the Commissioning Agent, consistent with LEED requirements, including design phase, construction phase, turnover, and measurement and verification (M&V) phase services. viii. Commercial programming & workplace strategy studies, interior design services, change management, post occupancy analyses, and furniture, fixtures and equipment (FF&E) design. ix. Experience with historic preservation, use of the Secretary of the Interior's Standards, and conservation of historic material. Each A&E firm shall submit a maximum three (3) page narrative for each project, including any photographs and drawings as applicable, for a total of three Include tangible evidence such as certificates, awards, peer recognition, etc., demonstrating design performance. Projects submitted may be for both renovations as well as new construction. A/E firms MUST submit five (5) projects that are the same projects submitted in criteria 1, total for this factor, no more and no less. Additionally, A&E firms MUST submit a Past Performance Questionnaire OR copy of the completed CPARS evaluation for each of the projects submitted under this Factor. The Questionnaire or CPARS evaluation pages are in addition to the three (3) page maximum narrative specified for each project. The Past Performance Questionnaire to be submitted for this factor is provided as an Attachment to this Notice. A firm with no record of past performance information shall be evaluated neither favorably nor unfavorably. Criteria 3 - Professional Qualifications (25%) - Professional qualifications of the proposed team members assigned to this project. Submission Requirements: a) Firms shall provide brief resumes of proposed key team members (at a minimum: project manager, architect/lead designer, lead inspector, and structural engineer). Resumes should indicate professional qualifications, including education, professional certification and licensure, relevant experience, any specialized expertise, and the length of service with the firm, and indicate whether the individual is part of the prime firm or a sub-consultant. b) Resumes submitted should demonstrate the qualifications necessary to successfully inspect, evaluate, and recommend and design commercial building envelope projects. The A/E must be able to provide, via in-house staff or consultants, a project designer for each state who is licensed by that state in accordance. Experience with historic buildings and Federal buildings will be evaluated more favorably. Qualifications and experience of the prime A&E firm key personnel, including interior designer, will be reviewed first; then the overall proposed team qualifications and experience will be reviewed to ensure they will provide necessary support to the prime A&E firm to perform the required services. Provide an organizational chart indicating office management, personnel roles, and professional qualifications of the staff assigned to the work. Reflect capability to provide qualified backup staffing for key personnel to ensure continuity of services and the ability to meet unexpected project demands. Brief Resumes are to be provided of proposed team members, for personnel in the following disciplines: a) Project Manager/ Lead Project Architect (Individual responsible for Task Orders under the anticipated contract) b) Designers of Record i. Principal Architect ii. Civil Engineer iii. Structural Engineer iv. Mechanical engineer v. Electrical Engineer vi. Plumbing Engineer vii. Fire Protection Engineer c) Historic Preservation Architect d) Interior Designer Resumes should indicate professional qualification of team member, including education, professional certification and licensure, relevant experience, any specialized expertise, and the length of service with the firm. Include and clearly identify resumes for individuals who will serve as Lead Project Architect and Lead Project Manager(s), as well as the lead designers in each discipline (whether they are a part of the prime A/E firm or a sub-consultant). Resumes submitted should demonstrate familiarity with new construction and/or renovation projects in occupied buildings that were completed within the last ten (10) years, each having a construction value of $1 million or more. Resumes should also demonstrate experience on historic buildings, interior design, design excellence on GSA projects, sustainable design, energy conservation, fire protection, hazardous material abatement, elevators, cost management, building security, seismic design, blast design, etc. A&E firms may submit a maximum of two (2) pages for each team member identified. Criteria 4 - Capacity of the Firm and Project Team (10%) - The capacity of the firm and project teams to accomplish multiple, large and small projects simultaneously, the ability to sustain the loss of key personnel while accomplishing the work within the required time limits. Under the anticipated contract, each contract awardee must have the capability to concurrently perform design and engineering work for at least five (5) GSA projects. Submission Requirements: Firms shall provide a narrative no more than three (3) pages in length describing the firm's management approach to delivering multiple, large and small projects simultaneously throughout the geographic region (including managing consultants or sub-contractors if applicable). The narrative should include a description of how the firm will sustain the required level of effort in the event of key personnel transitions, while fulfilling contract requirements within the period of performance. It should also include the firm's present workload, to include a complete list of current commitments and active design contracts with fees greater than $50,000.00. Criteria 5 - Quality Control (10%) - Quality Control (QC) program used by the firm to ensure quality products. Capability of team organization and ability to control budgets, schedules, and the quality of deliverables as well as the ability to handle complex projects will be considered and evaluated. Extent of firm's previous experience with proposed consultants and demonstrated ability to manage effectively the prime-consultant relationship will also be evaluated. Submission Requirements: Firms shall provide a narrative no more than one (1) page in length describing how the firm ensures quality consistently across the entire project team, including consultants. The narrative should describe internal QC processes for checking documents for errors and omissions. It should include examples of QC process records demonstrating the effectiveness of the firm's procedures, and should also identify the person responsible for managing the firm's QC program. Criteria 6 - Geographical Location (5%) - Location in the general geographical area of project sites and knowledge of the locality of the projects. Submission Requirements: The firm shall provide a narrative of no more than one (1) page, describing the firm's knowledge of design approaches, construction materials, codes/ordinances, costs, the firm's ability to provide at least 35% of overall design services from an office within the geographical area, and other conditions unique to the geographical region. THE A/E OF RECORD HAS UP TO forty-five (45) CALENDAR DAYS AFTER AWARD OF THE CONTRACT TO ESTABLISH A PRODUCTION CAPABILITY WITHIN THE GENERAL GEOGRAPHIC AREA. PHASE II - PROCESS SUMMARY: Phase I will establish a short list of A&E firms to move on to Phase II. Phase II will have two components. The first component is the interview. The short-listed A&E firms will be interviewed and will be asked to present information on the evaluation factors listed in each firms' submittal packets. The primary presenter must be the proposed Project Manager/ Lead Project Architect, with assistance from additional team members as necessary. All Interviews will be conducted via teleconference and held on December 13-14, 2018. Upon completion of the interview, the final top ranked firms for each zone will be then be evaluated on the pricing/wage breakout sheets submitted on December 07, 2018. These pricing/wage breakout sheets include overhead rates, profit rates and hourly rates for the anticipated disciplines for use in negotiating fixed price task orders. It is the A&E firm's responsibility to monitor FedBizOpps for any changes and/or conditions to this announcement. MILESTONE DATES PHASE I Solicitation Release Phase INovember 05, 2018 RFI/Questions Due Phase INovember 15, 2018 Answers to RFI Posted Phase INovember 23, 2018 Qualification Package Submittals Due Phase IDecember 07, 2018 Short-List Release for Phase IIDecember 12, 2018 PHASE II Interviews Phase IIDecember 13-14, 2018 Proposal Evaluation Phase IIDecember 17, 2018 Contract AwardJanuary 2019 The complete package shall be submitted via electronic means, no later than 10:00 p.m. EST on December 07, 2018 All submissions shall be emailed in their entirety by the closing date and time specified, to Albert C. Rumph, Jr. and Erin M. Lush at albert.rumph@gsa.gov and erin.lush@gsa.gov. Email submissions are required; no originals will be accepted by mail. Separate submissions are required for each geographic zone the A&E firms are interested in being considered for. Oral communication or faxed submissions will not be accepted. Late responses are subject to FAR 52.214-7. END OF SOLICITATION
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/4PCA/47PE0119R0001/listing.html)
 
Place of Performance
Address: United States General Services Administration, Public Buildings Service, Southeast Sunbelt Region 4, United States
 
Record
SN05145615-W 20181109/181107230504-788fb52b0a4cf05fcfdc499328f4e8ba (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  © 1994-2020, Loren Data Corp.