Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2020 SAM #6749
SPECIAL NOTICE

C -- Notice of Intent Northwest/Arctic Region 10 Multi Disciplinary Architect/Engineer Services IDIQs

Notice Date
5/20/2020 4:21:01 PM
 
Notice Type
Special Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
PBS R10 AUBURN WA 98001 USA
 
ZIP Code
98001
 
Solicitation Number
47PL0120R0036
 
Response Due
6/19/2020 4:00:00 PM
 
Archive Date
08/30/2020
 
Point of Contact
Keith R. Goodsell, Phone: 253-931-7775, Jessica Campbell, Phone: 253-736-4678
 
E-Mail Address
keith.goodsell@gsa.gov, jessica.campbell@gsa.gov
(keith.goodsell@gsa.gov, jessica.campbell@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Notice ID: 47PL0120R0036 Notice of Intent to Contract for Architect-Engineer services PROCUREMENT DESCRIPTION: The U.S. General Services Administration (GSA), Region 10, announces an opportunity for excellence in design for public architecture and various design services for projects in occupied Federally owned or leased Office Buildings, Courthouses, and Land Ports of Entry (LPOE's) and other facilities. These projects are to demonstrate the value of true integrated design that balances aesthetics, cost, constructability, and reliability; and create environmentally responsible and superior workplaces for civilian and federal employees. This procurement is for the award of three (3) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple� Award Task Order Contracts (MATOC) for Architect/ Engineering (A/E) Services covering projects located in the following three (3) geographic sub-regions within GSA Region 10.� Each sub-region, a.k.a �zone� will have one primary awardee, who will also have the possibility of secondary zones The terms and conditions of the awarded IDIQ MATOCs will allow for the GSA to be able use the awardees from the other two zones if the primary awardee does not have capacity.� The vast majority of task order solicitations will be issued to individual IDIQ MATOC holders for a particular zone, with the intent being that the primary IDIQ MATOC holders will perform the majority of the work within a particular zone. The GSA may, at its discretion, compete specific requirements among the three MATOC holders if it is determined to be in the best interest of the Government.� It should be noted that competed actions at the task order level will be the exception rather than rule. The three sub-regional award zones are: Zone A being the State of Alaska, Zone B being Eastern Washington, Eastern Oregon (East side of the Cascades), and the state of Idaho; and Zone C being Western Washington and remaining area of the state of Oregon. This procurement is a Total Small Business Set aside.� Prime A/E Firms must be a small business in order to be considered. The NAICS code is 541310 - Architectural Services; the Small Business Size Standard is $7.5 million.� Prime A/E Firms are required to identify the primary zone that they are interested in performing a majority of the work, and must be willing to perform work in the other two zones if required by the GSA. The cumulative planned Contract Maximum Value (CMV) for all is $20 million; with a $15 million base CMV, plus an option for $5 million increase in CMV.� Each awarded IDIQ contract will include a five year base period and options to extend the period of performance if necessary. The IDIQ(s) will support the GSA/PBS Region 10 �Non Prospectus Program�, and reimbursable design efforts on behalf of Client agencies. Streamlined ordering processes and procedures will be utilized for a majority of the task orders procurements. Task Order ordering procedures will include a list of standardized evaluation criteria that includes the review of the current A-E qualifications (SF 330s) and labor price lists for individual IDV awards. The ordering procedures will be tailored to accommodate task order competition among the three awardees, if required and approved by the IDV Contracting Officer, which will include ranking of firms, pursuant to project specific evaluation criteria, will be required, from best qualified to least qualified, with negotiations conducted sequentially starting with the highest qualified firm and repeating, as necessary, with the next highest qualified firm iteratively until agreement is achieved or no firms remain to negotiate with. The minimum guarantee will be $3,000 for the base award period only.� The total potential Contract Maximum Value is $20 million, and is structured with a base of $15 million and one $5 million option to increase the CMV. Individual Task Orders issued under the awarded IDIQs� may range from $10,000.00 to no more than values equal to GSA�s annual prospectus threshold which is $3.095 million each. The order limitation will increase if the prospectus threshold increases. Task orders will be issued as requirements arise, but Construction cost limitations for design fees are shall not exceed the GSA�s annual prospectus thresholds as referenced in section 102-73.35 of the Federal Management Regulation (FMR), which for Construction - Alteration and Lease Projects, is currently $3.095 million for 2020, and for Alterations in Leased Buildings, is currently $1.547 million. Additionally A/E firms will be required to comply with the 6 percent statutory limitation regarding design fee as identified in FAR 15.404-4(c)(4)(i)(B).� Technical qualification submissions will to be evaluated in accordance with Federal Acquisition Regulation (FAR) Part 36.6, General Services Administration Acquisition Manual (GSAM) Part 536.6 and Public Law 92-582 (formerly known as the Brooks Act) (40 U.S.C. 541 et seq., recodified now at 40 U.S.C. 1101 et seq.). Under this process the Government will award to the most highly qualified A/E firms with whom it can negotiate a fair and reasonable price.� This notice is a request for technical qualifications; this is not a request for proposal. REQUIREMENTS UNDER THE CONTRACT: A/E firms are required to be licensed/ registered within the applicable state(s) for each geographic zone they are interested in and must conform to all laws, rules, and requirements of that state governing the profession of architecture or engineering. The services required under this contract may include, but are not limited to, the following: The A-E Firms must be proficient in providing A-E services which include, but not be limited to, services such as: preparation of designs, plans, specifications, master planning, cost estimates, record drawings, project development, feasibility and engineering studies, Building Engineer Reports, Historic Building Preservation Plans, seismic and structural evaluation, energy studies for the design of energy upgrades, roof evaluations, fire safety reviews/studies, and handicapped accessibility and ABA Accessibility Standards (ABAAS) reviews, surveys, construction support services, and post award construction administration services related to alterations, repairs, and improvements of Federal Government owned and leased facilities (Public works).� GSA and tenant improvement may be for office suites, multi-story low-rise and high-rise office buildings, courthouses, ports of entry, childcare centers, and similar facilities and address various requirements like renovation and restoration of existing office and public spaces and space planning services to include furniture layout, design and move coordination replacement and/or upgrade of typical building systems (e.g. roofs, windows, exterior restoration, heating, cooling, plumbing, electrical, fire alarm, energy management system (EMS), etc.).� Some of the projects will be in historically significant buildings and other buildings which may contain hazardous materials including, but not limited to, asbestos containing materials and lead based paint. The awardees are to be proficient in performing environmental services including, but not limited to, acoustics, security, geotechnical testing, surveying (boundary and topographical), quality control testing, asbestos sampling, air monitoring, hazard assessment, abatement design, Courts related design, preparation of environmental impact assessments, identification of acceptable design based solutions for asbestos, PCBs, CFCs, radon, lead-based paint, underground storage tanks, mold investigations, and other testing, monitoring, and quality checks that may be identified and requested. The Government will not indemnify the awardee against liability involving asbestos or other hazardous materials. No clauses holding the awardees harmless will be included in the A-E IDIQ SATOCs. Said services require employing multiple A-E professions including, registered architects, licensed professional engineers (civil, structural, mechanical, electrical, fire protection/life safety, geotechnical, environmental etc.) landscape architects, and professional cost estimators, industrial hygienists, other related professionals, supervised trainees, and support staff. Incidental related services may be included as well.� The A-E firms will be expected to be able perform several projects simultaneously, which may be with the same location or different locations within GSA/PBS R10�s Area Of Responsibility(AOR), without compromising timeliness and quality of service to GSA.� The A/E firm�s team will be expected to be able to obtain the appropriate clearances to perform work for each individual task order.� The A/E firms will be required to follow established industry standards and GSA and Client agency standards as may be applicable to individual task order procurements. SELECTION PROCESS: The selection of three (3) A/E IDIQ SATOCs for the three (3) geographic zones will be made using a two stage process as follows: Stage 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 Stage II of the selection process. Stage 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 will be selected to receive the solicitation and conduct negotiations. STAGE 1 - SUBMISSION REQUIREMENTS: Written Qualification Package Phase (100%) FACTOR 1: Past Performance and Experience on Design (50%) - Design Approach - Similar Projects FACTOR 2: Design Management and Philosophy (20%) - Composition of Design Team and Technical Capabilities � - Design Methods and Philosophy FACTOR 3: Construction Administration (CA) Experience and Expertise (15%) FACTOR 4: Specialized Design Experience and Technical Competence (10%) FACTOR 5: Location in the Geographical Area and Knowledge of Locality (5%) FACTOR 6: Oral Presentation/Interviews Phase (100%)� - Oral Presentation, including an overview of the firm/joint venture and sub-consultants, and lead designers (10%) - Project Management, including the firm�s specific process flow (30%) - Specialized Design Expertise (30%) - Sample Project, covering the specific experience related to the sample project and will discuss Project Management and Specialized Design Expertise as it relates to implementing the sample project. (30%) The Written Phase (Factors 1 through 3 combined) and the Oral Presentation/Interviews Phase (Factor 6) are weighted approximately the same (50% and 50%). DESCRIPTION OF THE EVALUATION PROCESS, METHODOLOGY AND TECHNIQUES TO BE USED:� The GSA/PBS Region 10 intends to award contracts to responsible offerors whose proposal conforms to the solicitation and is the most technically qualified based on written technical qualification packages and oral presentations/interviews. Written Qualifications Package: Written qualification packages shall be evaluated against the evaluation standards. Firms that submit a qualifications package and meet the minimum requirements will be evaluated. Firms determined to be the most highly qualified may be given an opportunity to conduct oral presentations/interviews. Oral Presentation/Interviews: Oral presentations/interviews will be evaluated based on the offeror�s overall architectural knowledge, ability to assess, strategize and communicate efficiently, while creating innovative solutions to project challenges. Design documents from one sample project meeting the requirements of �similar� projects shall be provided prior to the interviews, which will be discussed as part of the interview.� Offerors will have 1 hour for the oral presentations/interviews. WRITTEN QUALIFICATIONS PACKAGE Evaluation Criteria: The information in this section is to be submitted in a separate section of the technical qualification package and in addition to the SF330, unless otherwise specified. Selection of the firm/joint venture will be based on the following evaluation factors that are listed in descending order of importance: Past Performance & Technical Expertise (50%):� Technical Expertise: 1 page (1 side only) Provide a one (1) page, 1 side only, narrative detailing how the Principal and Project Manager for the IDIQ contract have worked together on prior projects to successfully satisfy the client's program, function, image, mission, budget, schedule and operational objectives on past projects. The supporting evidence should show the Project Manager is the best project manager for the IDIQ services. In addition, the firm/joint venture shall detail its plan to employ those strategies in this contract. The standard is met when the offeror provides a narrative delineating the working history between the Principal and Project Manager used to achieve successful completion on past projects and how the firm/joint venture intends to apply a successful approach to Design on this contract for all subsequent task orders. The narrative should clearly demonstrate the Project Manager is the best Project Manager for the IDIQ services by listing previous successful projects completed under his supervision with verifiable customer satisfaction statistics. Similar Projects: 1 page (1 side only for each project � 5 pages total) The firm/joint venture shall submit a 1 page narrative, 1 side only per project, for five (5) similar projects of *scope, *size, and *complexity in which construction has been completed during the past *six (6) years. Submittal of less than five (5) projects will result in a lower score. Necessary project data shall include, project name, project location, project description, initial and final construction cost, project design start, construction start and completion dates. Additional consideration may be given to projects with greater complexity, and projects that demonstrate a thorough understanding of the any special characteristics of the general locale of the project (A-E Services) and how this relates to the area your firm has specified as its choice. *Project Completion: Projects must be completed within approximately the past 6 years of the date A-E Qualifications are due to be considered. *Similar Scope: ""Similar"" in scope is defined for this announcement as tenant finish, renovation, and repair/alteration projects. ""Similar"" in size relates to the cost of the construction project. *Similar Construction Project Cost Range: $150K to $3.095M. *Project Complexity: The complexity of the project considers the degree of tenant and/owner involvement in the design and any special phasing requirements in occupied facilities: Tier 1 Projects: Highly complex, include Federal, State or Municipal courts space where the clients include court officials, security officials and prosecuting officials, hospital projects, laboratory projects and/or there are special phasing requirements to keep the facility in operation. Tier 2 Projects: Complex, include corporate, institutional, or governmental office space where there are many organizational functions represented. Tier 3 Projects: Least complex, are those of minimal client involvement such as roof replacements, tuck-pointing, and parking lots. Project References: Provide a current client/owner reference contact and general contractor reference contact for each of the 5 projects included in this section. Reference information should include: Name, title, e- mail address, street address, phone number, and certificates, awards, peer recognition, etc. This information can be used to demonstrate energy and environmental efficiency and sustainable design excellence. The standard is met when the offeror has submitted narratives for five (5) separate, yet similar (as defined above), projects that demonstrate how these projects are similar to those that will be required under this contract, and the offeror has provided client/owner reference contacts for each project as outlined above. Design Management and Philosophy (20%):� Composition of Design Team and Technical Capabilities Provide a 1 page, 1 sided, organizational chart of key team personnel, including applicable joint venture and sub-consultants. Provide a 1 page, 1 sided detailed plan describing your firm�s plan to manage multiple projects / task orders simultaneously. Provide a 1 page, 1 side only description of the background and qualifications of each key team personnel indicated on the organizational chart (1 page, 1 side only for each person). Describe the nature and extent of their technical capabilities. This information can be a narrative expansion of the information provided on the SF 330 NOTE: Information of key team personnel is to be indicated on the resume pages of the Standard Form 330. The key team personnel indicated as part of SF 330 shall be the same as indicated on this organizational chart. The standard is met when the offeror provides a readable organizational chart identifying key team personnel from the SF 330�s that are submitted, and a plan for managing workload. Firm should also include detailed information regarding the technical capabilities of each of the key team personnel from the organizational chart. Design Methods and Philosophy - 2 pages (double-sided). Methods:� Provide a narrative indicating how project management, cost estimating, coordination, quality control, planning, scheduling, timeliness, problem resolution and cost control measures are addressed by your firm/joint venture during design. Give detailed information regarding your firm�s method for conducting site investigations/site verifications on projects. Provide an owner point of contact including name, title, address and current phone number, References may be contacted. Design Philosophy, energy consciousness and low maintenance design features:� Proved design philosophy information that illustrates how the firm responds to project challenges, application of design intent, realize actual constructed systems and operations, energy conservation measures and sustainable durable design features. This narrative should include verifiable information, objective details, facts, performance history and other information that can substantiate the architect and engineering firms� design philosophies and approach to public architecture. The standard is met when the offeror provides a narrative delineating its specific methods in the areas of project management, quality control, planning, scheduling, cost control and problem resolution. The firm should also address, in detail, methods for site investigations/verifications. The narratives should also indicate the A- E�s philosophy to energy consciousness and sustainable, low maintenance project solutions, and explains how this philosophy shapes the creative design process and pragmatic implementation of the solutions. The narrative should provide clear methods of cost estimating, coordination, quality control, planning, scheduling, and problem resolution. Construction Administration (CA) Experience and Expertise (15%):� 1 page, 1 side only for each CA key personnel Provide project specific information for each CA key personnel proposed on this project. Describe the following for one (1) specific project per each CA key personnel that was completed within the past 6 years between January 1, 2014 and the date A-E Qualifications are due to be considered� CA key personnel name and title, construction project title, period of performance (calendar days), estimated completion date, actual completion date, location (city, state), total award amount, and final project amount. Provide a client/owner reference contact and general contractor reference contact for each project. Reference information should include name, title, e-mail address, street address, and phone number. Include a narrative for each CA key personnel proposed on this project. In the narrative describe their previous experience in communicating and mitigating issues during construction phase services. Include problem resolution techniques on specific issues and experience with mitigating risks. The standard is met when the offeror submits all of the above noted information regarding each CA key personnel, and a narrative describing the detailed expertise of the personnel mentioned, as it relates to key CA personnel�s ability to communicate and mitigate risks during the construction phase services and indicates sufficient techniques are used for identifying and resolving issues. Specialized Design Experience and Technical Competence (10%):� 1 page (double-sided) Provide a narrative detailing the firm's/joint venture's familiarity, experience, and expertise in specific building design specialties such as: roof replacement, interior design, space planning services to include furniture layout, design and move coordination, elevator, childcare, building system evaluation, historic preservation, landscaping, laboratory, sustainable and accessible design, energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Other specialized design includes fire protection, life safety, and security systems design. The standard is met when the offeror provides a narrative detailing the strengths of their company and the type of expertise that their firm possesses with regard to the examples listed in the description of this section. The specialized design experience and technical competencies should be detailed and clearly indicate proficiency that will be sufficient for successful completion of specialized services necessary on this contract. Location in the Geographical area and Knowledge of the Locality (5%):� 1 page (double sided) Provide a detailed and clearly written description of the firm�s production capability within the geographical area specified in your technical qualifications submission. The description should indicate the following: - Location of production facility in the geographical area, or, if applicable, the firm�s plans to establish such capabilities - Specific knowledge of the geographical area - Detailed plan conveying your firm�s ability to respond immediately (within 24 hours) to any GSA building site within the geographic area your firm has specified The standard is met when the offeror provides a narrative detailing the firm�s location in the geographical region or a plan to establish such, knowledge of the geographical area is clearly demonstrated, and the offeror has provided plans for immediate responsiveness to the GSA Region 10 needs that may arise in the geographical region specified. FACTOR 6: ORAL PRESENTATION / INTERVIEW EVALUATION FACTORS: Oral presentations/interviews will be evaluated based on the offeror�s overall experience and architectural knowledge, efficient communication and project flow, ability to assess, strategize and create innovative processes and solutions to project challenges. Offerors will have 1 hour for the oral presentations/interviews. Prior to the Oral Presentation / Interview, the Offeror will provide an example design package to the Source Selection Panel that meets the requirements of a �similar� project from the Written Qualifications Package, as described below.� The example design package may be from one of the projects provided as part of the Written Qualifications Package. *Project Completion: Projects must be completed within the past 6 years from the date A-E Qualifications are due to be considered� *Similar Scope: ""Similar"" in scope is defined for this announcement as tenant finish, renovation, and repair/alteration projects. ""Similar"" in size relates to the cost of the construction project. *Similar Construction Project Cost Range: $150K to $3.095M *Project Complexity: The complexity of the project considers the degree of tenant and/owner involvement in the design and any special phasing requirements in occupied facilities: Tier 1 Projects: Highly complex, include Federal, State or Municipal courts space where the clients include court officials, security officials and prosecuting officials, hospital projects, laboratory projects and/or there are special phasing requirements to keep the facility in operation. Tier 2 Projects: Complex, include corporate, institutional, or governmental office space where there are many organizational functions represented. Tier 3 Projects: Least complex, are those of minimal client involvement such as roof replacements, tuck-pointing, and parking lots. Oral Presentation/Interviews Phase (100%) Oral Presentation by the Principal in charge of the IDIQ services, introducing the Project Manager and, including an overview of the firm/joint venture and sub consultants, and lead designers (10%) Interview questions for the Project Management team, including the firm�s Project Management strategic tactics, specific process flow. (30%) Questions from GSA, including Specialized Design Expertise, and explaining the vision the team has to address risks, accountability, and control mechanisms. (30%)� Questions from GSA regarding the sample project documentation provided by the Offeror prior to the Oral Presentation / Interviews.� Questions will cover specific experience related to the sample project, and will discuss Project Management and� Specialized Design Expertise as it relates to implementing the sample project. (30%) Questions for GSA: 5 minutes� NOTE: Offerors shall present information that is not included in the technical proposal. Offerors should provide an overview of the firm, lead designers, and overall Project Management Process including design solutions. Offerors presentation should address critical facets of the project management process including negotiation of work orders, involvement of GSA project managers, onsite inspection and evaluation, staffing, strategies for management/performance in occupied facilities, communication, scheduling, budget, cost estimating, design solutions/innovative architectural/ engineering concepts, security, historic preservation strategies, integration of sustainable design practices, and use of CAD/BIM technology throughout design, and overall project management. The standard is met when the offeror effectively communicates their architectural knowledge, ability to assess, strategize and communicate efficiently, while creating innovative solutions to project challenges. Offerors should explain the team composition, roles and responsibilities and the firm�s ability to effectively manage the staffing, workload, and multiple projects at once. RESPONSE REQUIREMENTS: When responding to this announcement, offerors must fully address their capability with regard to each of the above stated minimum submission requirements and evaluation criteria. Oral Presentation/Interviews will be conducted with the most highly qualified A-E firms/joint ventures, based on their written response to this announcement. Specific details will be provided regarding submissions of sample design packages for those firms selected for the second Stage via separate notice.�� This Notice of Intent� is a Request for Qualifications and is not a Request for Proposal. The Technical Qualifications Package shall include: electronic copies in portable document format (.pdf) with textual information within the Technical Qualifications able to be extracted without conversion from image to text. Format all pages of technical proposals to 8.5 inch by 11 inch size pages for printing by the GSA. Firms/joint ventures desiring to be considered must submit completed SF 330(s) and other pertinent information as required above. The contents of the technical proposal shall consist of the items in the order and format indicated under Minimum Submission Requirements and Evaluation Criteria. Technical Qualifications Package shall consist of the following information that is clearly labeled: Minimum submission requirements (include one completed Minimum Submission Requirements Checklist) Completed SF 330 Technical Qualifications NOTE: The Technical qualifications portion of the Technical Qualifications Package must contain the information required to be submitted, per the evaluation criteria section of this Request for Qualifications in addition to the SF 330. NOTICE TO PRIME A/E FIRMS: A/E Firms submitting qualification packages under this notice must be a small business firm with a main office and/or branch office in each of the geographic zone(s) they are interested in being considered for. Additionally, failure to address each of the evaluation factors and provide the requested information, in writing, may result in failure to qualify. It is the A/E firm's responsibility to monitor beta.sam.gov for any changes and/or conditions to this announcement. A virtual meeting will be held approximately one week after this notice is published to allow the interested parties to hear from the GSA regarding the opportunity. The anticipated date and time is� May 28, 2020 at 2:00 p.m. Pacific Time.��Specific details regarding the virtual meeting will be provided via updates to this notice.� Please� provide notice of� your� intent to attend the meeting via the questions survey link�https://forms.gle/FzaCzaxFV1qwVfvW8. A/E firms which possess the qualifications to perform the services described in this notice are invited to submit their statement of qualifications, including the Standard Form 330 Architect-Engineering Qualifications, via email no later than June 19, 2020, 4:00 PM (PDT). All submissions shall be emailed in their entirety by the closing date and time specified, to keith.goodsell@gsa.gov and Jessica Campbell at jessica.campbell@gsa.gov. Email submissions are required with all packages shall be marked �TECHNICAL QUALIFICATIONS SOLICITATION � 47PL0120R0036� Email submissions are to clearly identify the FBO Synopsis/Solicitation Number and the applicable geographic zone for which the A/E firm is to be considered. Oral communication or faxed submissions will not be accepted.� All questions and comments must be received no later than June 04, 2020, 4:00 PM (PDT). Questions must be submitted in writing via email to via GSA survey link��https://forms.gle/FzaCzaxFV1qwVfvW8 Questions received after the date specified may not be accepted or responded to.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/275ff1f572b94dae89079bf5e22ede2c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05663746-F 20200522/200520230152 (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.