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
SOLICITATION NOTICE

C -- Region 8 A/E IDIQ

Notice Date
5/20/2020 3:15:54 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
PBS R8 LAKEWOOD CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
47PJ0018B0001
 
Response Due
6/10/2020 2:00:00 PM
 
Archive Date
08/01/2020
 
Point of Contact
david berry, Contract Specialist, Phone: 7204549582, Raymond Panaguiton, Contracting Officer, Phone: 303-236-1087, Fax: 303-844-2565
 
E-Mail Address
david.berry@gsa.gov, raymond.panaguiton@gsa.gov
(david.berry@gsa.gov, raymond.panaguiton@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
On behalf of the General Services Administration and Source Selection Board for the above referenced project, the following firms have been selected to enter into contract negotiations.� Design Edge PC, Hollingsworth Pack, Coover Clark, Abo Group, Iron Horse Architects, Design West, Jacola Engineering, MSH, Foss Architecture & Interior, and Mutchler Bartram. The Request for Proposal (RFP) package will be emailed shortly with instructions on completing the required documents and a submission due date. Notification letters for the participating short listed firms will be sent out via email. Thank you! ------------------------------------------------------------------------------------------------- The following sixteen (16) firms have been selected by the committee members for interviews: Design Edge, Hollingsworth Pack, Coover Clark, Abo, JV2, Studio Completiva, Iron Horse, Studio Trope Design Collective, AMSPEC, Triple C-AE group, Design West, Jackola Engineering, SMA, MSH, Foss Architecture and Interior, Mutchler Bartram. Details for the interview will be emailed to the individual agencies by NOTIFICATION LETTER TO SHORTLISTED FIRMS. ------------------------------------------------------------------------------------------------- GSA is soliciting Architectural and Engineering (A/E) services to be utilized by GSA Region 8. The contracts resulting from this solicitation may be used to support GSA and GSA customer agencies. The North American Industrial Classification System Code (NAICS) applicable to this project is 541310, Architectural Services, which has a size standard of $7.5 million in average annual receipts. PROCUREMENT DESCRIPTION This acquisition is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. This procurement is set-aside for Small Business concerns. The Brooks Act (Public Law 92-582), also known as Qualifications Based Selection (QBS), which was enacted on October 18, 1972, establishes the procurement process by which a firm is selected for award of a federal government contract to perform architect/engineer (A/E) services. The Brooks Act establishes a qualifications-based selection process, in which contracts for A/E services are negotiated on the basis of demonstrated competence and qualification for the type of professional services required at a fair and reasonable price. Under QBS procurement procedures, price quotations are not a consideration in the selection process. There are seven basic steps involved in pursuing federal design work under QBS: 1. Public Announcement The request for qualifications solicitation will be posted in Federal Business Opportunity (FedBizOpps). 2. Statements of Qualification A/E firms with an interest in being considered for design services contracts must submit written information in response to the Stage I factors in the solicitation. 3. Evaluation of Submissions GSA will review the written information submitted in response to the solicitation Stage I factors in the Fed Biz Opportunity notice. 4. Development of a Short-list (Stage I) Following the evaluation of the written information submitted in response to the solicitation Stage I factors, GSA will rank the most highly qualified firms for each Zone for the purpose continuing with the interview process 5. Interviews with Short-list Firms (Stage II) The interview shall involve the submission of information by the short-list firms about (a) anticipated concepts, (b) the relative utility of alternative methods for furnishing services, and (c) feasible ways to prescribe the use of recovered materials and achieve waste reduction and energy-efficiency in facility design. The evaluation of this information is the least important for selection of firms for negotiations for award of a contract under this solicitation, and will be used only to make a more meaningful ranking. The interview will also be used to permit the short-list firms to substitute for, or augment, written information in response to the solicitation Stage I factors. The consideration of information in the interview is subject to the same restrictions as written information. The A/E firm interview will occur after the evaluation of any written information submitted by the A/E firm in response to the solicitation Stage I factors. The interviews will be held at the agency's office in person with the A/E firm or with the A/E firm participating via video teleconferencing as agreed by the Government and the A/E firm. The selected firms are allowed up to 30 minutes each for the interview. 7. Stage II Evaluation GSA will evaluate the interview information submitted. 8. Recommendation for Negotiation and Award Following its evaluations for Stage I and Stage II, GSA will select for negotiations for award of a contract under this solicitation. 9. Selection of Firms for Negotiation and Award In order of preference - up to five (5) firms per Zone (Zone 1; Colorado, Zone 2; Wyoming, Zone 3; Utah, Zone 4; Montana, Zone 5; South Dakota, Zone 6; North Dakota) GSA will select the most highly qualified A/E firms for negotiation and award to provide the A/E Services. Each A/E firm shall select a Primary Zone in which it has a bonafide place of business, as defined in the SBA's regulations, there and is licensed to perform the required A/E services there. An A/E may also select more than one Primary Zone so long as it has a bonafide place of business in that Zone and is licensed to perform the required A/E services in that Zone. The firms may also choose one or more Alternate Zone so long as it is licensed to perform the required A/E services in that Alternate Zone. In the selection for negotiation and award for each Zone, preference will be given to qualified firms that have selected the Zone as the firm's Primary Zone. These qualified firms will be deemed as highly qualified firms for purposes of negotiation and award for that Zone, and negotiations and, if possible, award to these firms will be made first for each Zone before consideration is given to other firms for which the Zone is only an Alternate Zone. If award for a Zone is made to five firms that each selected the Zone as the firm's Primary Zone, then no other firms will be considered for negotiation and award for that Zone. For ease and efficiency of contract administration or the lack of highly qualified firms, IDIQ contracts may be awarded to fewer than five firms per zone. Consideration for award of an order for a Zone will be limited to the firms awarded an indefinite delivery indefinite quantity (IDIQ) contract for that Zone. However, IDIQ contract holders from other zones that are licensed to perform the required A/E services in that Zone may be considered, to the extent necessary and permitting an efficient competition, for award of an order for work in that Zone under the following conditions; lack of sufficient competition among the IDIQ contract holders for that Zone, the Estimated Construction Contract Amount (ECCA) is expected to exceed the $500,000.00 threshold, or under unusual and compelling circumstances. The negotiations will be conducted pursuant to the procedures set forth in FAR 36.606. The government will negotiate the hourly rates for each of the A/E firm's disciplines for the base year period and four (4) consecutive one-year option periods under the Primary Design and Secondary Services. Proposed fees will be compared to an Independent Government Estimate to determine price reasonableness, realism, and balance. If a firm's pricing determined to be unreasonable, unrealistic, or unbalanced, that firm may be removed from consideration, and the next most highly qualified firm will be considered. GSA shall select the most highly qualified rated firms for award for each Zone that has reasonable, realistic, and balanced pricing. To be eligible for contract award, a firm must be registered in the System for Award Management at http://www.sam.gov. SCOPE OF WORK The A/E Firm selected under this solicitation may be required to provide all types of A/E services. The scope of professional services may require: Architectural/Engineering design services, Construction Administration services and Commissioning Services for repairs, alterations, expansions, and renovations for existing and new buildings. Project types may include, but are not limited to, construction, alteration or repair of buildings, building systems, utilities and site work. Project may be of any level of complexity. The selected A/E firms may be required to provide design services that include alternative energy, prefabrication or modular construction, and/or expedited design and delivery solutions. The selected A/E firms may be required to participate in peer review processes. A/E's may be required to develop prototypical designs, and the Government reserves the right to go back to the architects to modify and site adapt for any and all locations throughout the life of the contract. All design services will be in accordance with GSA requirements, design guides, and standards. Design services performed for customer agencies may be subject to additional or separate requirements, design guides, and standards. The selected A/E firm shall provide these study and design services for projects at various types of federal facilities and government installations. Various project delivery methods, including traditional design and construction, and bridging-design-build will be used. Awardees under this Solicitation will not be eligible for award (individually or as a team member) on any design-build or construction projects resulting from any task order awarded under this contract. Disciplines and expertise that may be required to accomplish the scopes of the task orders include, but are not limited to: architecture, mechanical, electrical, plumbing, civil, structural, fire prevention, life safety, security, blast, environmental, landscape, space planning, historic preservation, estimating, master planning, scheduling, surveying (boundary & topographical), sustainability. and other architectural, engineering, technical services utilizing other disciplines with specialized experience. ORDERING LIMITATIONS There will be no limit on the amount paid on individual task orders and no limit on project size; however the Maximum Ordering Limitation (MOL) is a shared pool of $45 million for the life of the contracts (Base plus four(4) one year option period) among the IDIQ awarded firms. The minimum guarantee for the resulting IDIQ contracts is $3,000 per contract for the life of the contracts. CONTRACT DESCRIPTION Multi-award IDIQ contracts will result from this solicitation. Task orders against the resulting IDIQ contracts will be awarded as Firm-Fixed Price. Labor rates and overhead will be negotiated with selected firms as part of award. Other Direct Costs will be negotiated for each firm-fixed price task order. SELECTION CRITERIA Selection Criteria for this acquisition are listed below in descending order of importance. All pages will be one sided, single space, 12pt font. Offerors will be evaluated on each of the factors below. Minimum requirement (Go/No Go) Factor - Active professional registration (for at least one of the primary zones selected by the offeror) is required for each person submitted by the offeror in response to Factors C and D for the following three key personnel: Architect, Mechanical Engineer, and Electrical Engineer. The offeror shall demonstrate that each person that it submits in response to Factors C and D for the key personnel has an active professional registration for at least one of the primary zones selected by the offeror. Failure to meet this minimum requirement (Go/No Go) will result in the offer being rejected and the offeror being ineligible for award. ""Architect/Engineer services"" are defined as professional services of an architectural or engineering nature performed by contract that are associated with research, planning, development, design, construction, alteration, or repair of real property. ""Completed"" is defined as a project that it is substantially complete and for at least 90 days is occupied or in beneficial use. The Government's sources of information for evaluating offeror experience and offeror past performance may include, but are not limited to, any and all information the Government becomes aware of (whether or not before or after the deadline for initial offers and whether or not the sources are provided by the offeror). GSA will make reasonable efforts to contact and question the experience/past performance references provided by the offeror. Factor A - A/E Firm's Past Performance in Providing A/E Services (35%) This factor considers the offeror's record of past performance of A/E services in different projects each having an Estimated Construction Cost Amount (ECCA) of at least $500,000 that within ten years prior to issuance of the solicitation that it has completed as the prime contractor. Specifically, the following areas of past performance will be considered: quality of design, cost saving design approaches, quality of A/E services during design implementation, and compliance with performance schedule. Submission: Offerors should submit up to five projects for consideration of its record of past performance of A/E services in different projects each having an ECCA of at least $500,000 that within ten years prior to issuance of the solicitation it has completed as the prime contractor. A total of no more than three pages (inclusive of reference information, narrative, awards) may be submitted per project. Any information more than the three pages will not be considered for evaluation. Submit the following reference information for each project: reference name, title, mailing address, email address, and phone number. Basis for evaluation: The offeror should have at least a satisfactory record of past performance, based on information received or obtained by GSA, performing A/E services for each of the different projects having an Estimated Construction Cost Amount (ECCA) of at least $500,000 that it has completed as the prime contractor within ten years prior to issuance of the solicitation. Factor B - A/E Firm's Specialized Experience (30%) This factor considers the offeror's experience performing A/E services in different Specialized Experience Projects each having an ECCA of at least $500,000 that it has completed as the prime contractor within ten years prior to issuance of the solicitation. Offerors should demonstrate that it has performed A/E services in at least three different Specialized Experience Projects each having an ECCA of at least $500,000 that it has completed as the prime contractor within ten years prior to issuance of the solicitation. This consideration is limited to the projects provided by the offeror in response to Factor A. Specialized Experience Project means a project containing at least three (3) of the following characteristics: 1) space involving A/E services requiring compliance with high security access requirements; 2) space involving A/E services for a laboratory; 4) space involving A/E services for a data center; 5) space involving A/E services requiring compliance with federal, state, or local historic preservation requirements; 5) courthouse space; 6) space involving A/E services requiring compliance with the Architectural Barriers Act Accessibility Standard (ABAAS) or Americans with Disabilities Act (ADA); 7) space involving A/E services requiring compliance with Experience in Leadership in Energy and Environmental Design (LEED) requirements; 8) space involving A/E services requiring compliance with Federal guidelines such as P100 & P120 Building Standards; and 9) space involving A/E services requiring compliance with BIM (Building Information Modeling) design guidelines. Submission: Only the offeror's submission in response to Factor A will be considered for this Factor B, and no other submission by the offeror will be considered for Factor B. Basis for evaluation: The offeror should have performed A/E services in at least three different Specialized Experience Projects, each of which having an ECCA of at least $500,000, that it completed as the prime contractor within ten years prior to issuance of the solicitation. If the offeror has at least three such Specialized Experience Projects, then more favorable evaluation will be provided to the extent the following exists: � The Specialized Experience Projects are more than three, or � The Specialized Experience Project has more than three of the nine characteristics identified in the Specialized Experience Projects definition. Factor C - Key Personnel Past Performance (15%) This factor considers the record of past performance of each of the offeror's proposed key personnel in performing A/E services (as lead architect for the key personnel proposed for architect and as engineer of record for the key personnel proposed for mechanical engineer and for the key personnel proposed for electrical engineer) for the duration of the project until completion or at least for 60 days (Architect, Mechanical Engineer, and Electrical Engineer submitted by the offeror in response to the Minimum Requirement/Go/No Go factor above) performing A/E services directly or indirectly as an employee of the A/E prime contractor in different projects each having an Estimated Construction Cost Amount (ECCA) of at least $500,000 completed within ten years prior to issuance of the solicitation. Specifically, the following areas of past performance will be considered: quality of design, cost saving design approaches, quality of A-E work during design implementation, and compliance with performance schedule. Submission: Offerors shall submit up to five projects for each of the offeror's proposed key personnel for consideration of the past performance record of each key personnel performing A-E services (as lead architect for the key personnel proposed for architect and as engineer of record for the key personnel proposed for mechanical engineer and for the key personnel proposed for electrical engineer) for the duration of the project until completion or at least for 60 days directly or indirectly as an employee of the A-E prime contractor for each of the different projects each having an ECCA of at least $500,000 completed within ten years prior to issuance of the solicitation. A total of no more than one page (inclusive of reference information, narrative, and awards) may be submitted per project for each key personnel. Any information more than the one page will not be considered for evaluation. Submit the following reference information for each project: reference name, title, mailing address, email address, and phone number. Basis for evaluation: Each of the offeror's proposed key personnel should have at least a satisfactory record of past performance, based on information received or obtained by GSA, performing A-E services (as lead architect for the key personnel proposed for architect and as engineer of record for the key personnel proposed for mechanical engineer and for the key personnel proposed for electrical engineer) for the duration of the project until completion or at least for 60 days directly or indirectly as an employee of the A-E prime contractor in performing A-E services for each of the different projects each having an Estimated Construction Cost Amount (ECCA) of at least $500,000 completed within ten years prior to issuance of the solicitation. Factor D - Key Personnel Specialized Experience (20%) This factor considers the experience of each of the key personnel (Architect, Mechanical Engineer, and Electrical Engineer submitted by the offeror in response to the Minimum Requirement/Go/No Go factor above) performing A/E services (as lead architect if the proposed key personnel is for architect and as engineer of record if the proposed key personnel is mechanical engineer or electrical engineer) for the duration of the project until completion or at least for 60 days in different Specialized Experience Projects each having an ECCA of at least $500,000 directly or indirectly as an employee of the A/E prime contractor completed within ten years prior to issuance of the solicitation. Offerors should demonstrate that each key personnel has performed A/E services (as lead architect for the key personnel proposed for architect and as engineer of record for the key personnel proposed for mechanical engineer and for the key personnel proposed for electrical engineer) for the duration of the project until completion or at least for 60 days in at least three different Specialized Experience Projects each having an ECCA of at least $500,000 directly or indirectly as an employee of the prime contractor completed within ten years prior to issuance of the solicitation. This consideration is limited to the projects provided by the offeror in response to Factor C. Specialized Experience Project means a project containing at least three (3) of the following characteristics: 1) space involving A-E services requiring compliance with high security access requirements; 2) space involving A-E services for a laboratory; 4) space involving A-E services for a data center; 5) space involving A-E services requiring compliance with federal, state, or local historic preservation requirements; 5) courthouse space; 6) space involving A-E services requiring compliance with the Architectural Barriers Act Accessibility Standard (ABAAS) or Americans with Disabilities Act (ADA); 7) space involving A-E services requiring compliance with Experience in Leadership in Energy and Environmental Design (LEED) requirements; 8) space involving A-E services requiring compliance with Federal guidelines such as P100 & P120 Building Standards; and 9) space involving A-E services requiring compliance with BIM (Building Information Modeling) design guidelines. Submission: Only the offeror's submission in response to Factor C will be considered for this Factor D, and no other submission by the offeror will be considered for Factor D. Basis for evaluation: Each of the offeror's key personnel should have performed A/E services (as lead architect for the key personnel proposed for architect and as engineer of record for the key personnel proposed for mechanical engineer and for the key personnel proposed for electrical engineer) for the duration of the project until completion or at least for 60 days in at least three Specialized Experience Projects, each having an ECCA of at least $500,000, directly or indirectly completed within ten years prior to issuance of the solicitation. If the offeror has performed A/E services on at least three such Specialized Experience Projects, then more favorable evaluation will be provided to the extent the following exists: � The Specialized Experience Projects are more than three, or � The Specialized Experience Project has more than three of the nine characteristics identified in the Specialized Experience Projects definition. IMPORTANT INFORMATION FOR SUBMITTALS Responsible firms having the capabilities to perform the services described in this announcement are invited to respond by submitting SF 330 and other pertinent information (see FAR 53.236-2(b). The SF 330 must not be dated more than twelve (12) months before the date of this synopsis/solicitation. Submittals are to be received on the due date specified for this synopsis/solicitation on FedBizOpps. TO: David Berry, Contract Specialist One Denver Federal Center Bldg 41 P.O Box 25546 (8PSDW) Denver,CO 80225-0546 Faxed submittals are not accepted. A total of seven (7) hard copies shall be submitted, along with one (1) electronic copy on a CD/disc or Flash Drive. The following information must be on the outside of the sealed envelope: 1) Solicitation Number/Title 2) Primary Zone 3) Due Date 4) Closing time 5) Name of Firm It is the Firm's responsibility that the submittal reach the Government office designated in the synopsis/solicitation by the specified time. Any submittal received at the designated Government office after the exact specified time is late, and will not be considered. The A/E Firm MUST sign, name, title and date the submittal. The A/E Firm as used in this Solicitation is a corporation, association, joint venture, partnership or other legal entity that will have contractual responsibility for the project design. Primary Point of Contact David Berry, Contract Specialist One Denver Federal Center Bldg. 41 P.O Box 25546 (8PSDW) Denver, CO 80225-0546 Phone 720-454-9582 Email david.berry@gsa.gov Secondary Point of Contact Raymond Panaguiton, Contracting Officer 1961 Stout Street, Suite 01-107 Denver, CO 80294 Office - (303) 236-1087 Cell - (303) 550-3628 Email raymond.panaguiton@gsa.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/967f478c95e4440ea2806dd8771f4458/view)
 
Record
SN05663902-F 20200522/200520230153 (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.