Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2019 SAM #6595
SOLICITATION NOTICE

C -- GSA Region 5 Supplemental Architect & Engineering Services IDIQ

Notice Date
12/18/2019 1:47:46 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
PBS R5 CHICAGO IL 60604 USA
 
ZIP Code
60604
 
Solicitation Number
47PF0020R0004
 
Response Due
1/28/2020 12:00:00 PM
 
Archive Date
04/12/2020
 
Point of Contact
Justin Costello, Ashley McAvinew
 
E-Mail Address
justin.costello@gsa.gov, ashley.mcavinew@gsa.gov
(justin.costello@gsa.gov, ashley.mcavinew@gsa.gov)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
GSA PBS, Great Lakes Region 5 Supplemental Architect & Engineering Indefinite Delivery, Indefinite Quantity (IDIQ) Contract Request for Qualifications - 47PF0020R0004 Description: This contract will result in multiple, indefinite delivery, indefinite quantity (IDIQ) contracts to provide Region 5 with Architecture & Engineering and Engineering & Architect (AE/EA) services led by either an architectural or engineering firm. These services are to be consistent with the Guiding Principles of GSA's Design Excellence program http://www.gsa.gov/portal/category/21079� 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 Services will be rendered for projects located throughout all six states covered by GSA�s Great Lakes Region, 5. This is an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide professional Architecture and Engineering Services for projects on or within federal properties and facilities, owned and/or leased, in Region 5 states of Illinois, Indiana, Ohio, Michigan, Minnesota, and Wisconsin. � The NAICS codes are 541330 - Engineering Services, with a small business size standard of $15 million and 541310 - Architectural Services, with a small business size standard of $7.5 million.� As this procurement is a �Partial Small Business Set-Aside�. The lead firm must have an existing active production office within the states identified in the previous paragraph so as to minimize direct travel costs on resulting task orders, firms should also clearly delineate how coverage for all six (6) states will be managed to reduce direct travel costs on task orders.� 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 $3,095,000 (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 (1). A broad range of architectural and engineering disciplines/services may be required in order to accomplish the task orders under this contract. These may include, but are not limited to: Architecture Historic Preservation Mechanical Engineering Electrical Engineering Structural & Civil Engineering (evaluation and design) Plumbing Fire Protection Life Safety (evaluation and design) Security (evaluation and design) Seismic & Blast Interior Design Feasibility, pre-design, and project development studies Field investigation, Site surveys Concept design, Design development and Construction document development (both engineering and architectural) Constructability review and evaluation Management and inspection services during construction Pre-design services (pre-alteration assessment) Building standard document development Temperature control assessment and design BAS system assessment and integration Building and system commissioning Vertical Transportation Real Estate Market Analysis Hazardous material removal consultants. Please note that all of the above are not required team members. However, the offeror should select disciplines/services that round out and strengthen the firm/teams level of expertise to create a core team. In addition, firms/teams demonstrating the concentrated levels of expertise noted below will be judged more favorably (or given special consideration) over those proposals reflecting less similar experience: Fa�ade forensic evaluation for existing buildings (historic and contemporary) Historic masonry Contemporary masonry (concrete, cast stone etc) Curtain wall Historic building assessment, materials review and repair solution/remediation Water infiltration investigation and prevention (horizontal and vertical surfaces) Building condition survey evaluation reports (exterior and interior) Interior design�� Interior workplace solutions Space planning The duration of the base period will be one year. The contract will include a clause for four one-year options, each of which could extend the contract for an additional one year period and may be exercised at the option of the Government. The maximum order limitation is $5,000,000 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 orders in phase II as described below. The AE/EA may be expected to handle multiple projects simultaneously, without compromising timeliness and quality of service to GSA. Professional services for task orders shall be overseen or performed by individuals licensed in the relevant discipline, with a current registration in the state in which the project's construction will occur. Joint ventures and/or consulting arrangements will be considered and evaluated on the demonstrated interdependency of the team members to provide a cohesive quality design effort. In order to encourage participation in this request for qualifications, one pre-submission teleconference has been scheduled for January 14, 2020. The call will commence at 2:00 PM CST. The meeting will be available via teleconference only. Attendance is completely voluntary and will not positively or negatively impact a team�s evaluation. The purpose of the meeting is to answer any industry questions regarding this procurement. Those wishing to attend should RSVP to Justin Costello Contracting Officer, at justin.costello@gsa.gov. In the e-mail, please provide the names of those wishing to attend no later than January 13, 2020 2:00 PM (CST).�A conference call-in number will be provided in your RSVP reply. 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. This notice is a Request for Qualifications only. No fee information is requested at this time. 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 shortlist of firms. 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.�These interviews would be held in Chicago.� 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 for repair and alterations work similar in budget to those anticipated for task orders off of this IDIQ contract. If applicable, concentrated levels of expertise should be clearly highlighted and any specialized experience such as work in occupied buildings, building system upgrades, historic preservation, or other (previously noted in this solicitation) under the constraints of budget, schedule etc. should be clearly highlighted. Provide no more than ten (10) example projects. Each example may be supplemented with photographs, sketches and drawings (not to exceed 2 (two) double-sided pages).�� Standards for this Evaluation: This standard is met when: The team demonstrates success in appropriately addressing complex design issues such as unique requirements, designing buildings within community context, image, function, and scale. The team demonstrates innovation in design and construction approaches on a range of projects including but not limited to innovative building design solutions and efforts to achieve sustainable buildings using integrated multidisciplinary teams. The team demonstrates the ability to provide design services ranging from pre-design studies through construction administration. The team demonstrates the capacity to perform multiple projects at one time successfully.� II. Management Plan, Team Structure and Quality Control (25%): ���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 demonstrate their ability to work together in a cohesive manner. The management plan should clearly describe: The team�s overall communication 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. Quality control methodology for overseeing the contract either as a single firm or with consultants. The person who will be responsible for overseeing project quality control should be identified.� Plan for effectively and efficiently covering the entire region. 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 coordination efforts with sub-consultants.� Standard for this Evaluation: This standard is met when: The offeror submits a management plan that includes an organizational chart (showing names, titles, authorities, and responsibilities) illustrating key personnel. The organization chart should identify and address the number of personnel needed to accomplish all of the work requirements of the contract. The offeror clearly indicates what work will be subcontracted, lists the names of its major proposed subcontractors, and includes any commitments made with them. Subcontractors proposed by the offeror are qualified in their respective areas of work. The offeror proposes a quality control program which addresses all items as detailed in Section C.8.6 of the solicitation and includes a thorough, effective, and sound method of identifying, correcting (within acceptable timeframes), and preventing deficiencies in the quality of services delivered, using acceptable techniques and appropriate frequencies of inspection.� III. Professional Qualifications (15%) 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. Include both a lead designer philosophy and an overall team design philosophy, they should be balanced and their intent/involvement for accomplishing task orders under this contract should be appropriate.� Standard for evaluation: The standard is met when: The team demonstrates the quality of multi-disciplinary key personnel including but not limited to: lead designer(s), project manager/executive, architect(s), preservation specialist, change management consultant, and cost estimator. 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 institutional knowledge when evaluating this factor. � REQUIRED DOCUMENTS for QUALIFICATION SUBMISSION:� Interested firms having the qualifications to meet these requirements are invited to submit one (1) electronic version, which should include the PDF copies of all the required documents including the Standard Form 330 along with a letter of interest.�� Additionally, please provide only the information requested supplemental information will not be evaluated.�� Required form 330 information/instructions: https://www.gsa.gov/forms-library/architect-engineer-qualifications The sf330 is available as an attachment to this notice and via the GSA Forms Library at the address identified above. 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 2 double sided pages. Photographs, sketches and drawings are strongly encouraged. 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 or Engineer. 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 single-sided pages) to include the team's overall Management Philosophy and Intent including project assignment, communication, roles and responsibilities, etc. 2.� Quality Control Plan (not to exceed 5 single-sided pages) - 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 Region 5 area including locations where work will be accomplished.� Plans should be tailored directly to this procurement.� 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.� Lead Designer and Teams Design Philosophy and Design Intent (not to exceed 2 single-sided 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 � Please note, these documents are not required at this time; they will be requested at a later date, if necessary. �After the interviews are complete, firms on the short-list will be required to submit the following documents:�� 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.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/736dbf5b4e5d45f5b2522be78139eb47/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05520042-F 20191220/191218230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.