Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2021 SAM #7236
SOLICITATION NOTICE

R -- Roofing, Fa�ade, and Building Envelope Engineering and Design Services

Notice Date
9/21/2021 10:52:03 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
PBS R3 ACQ MGMT DIV NORTH PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
09-21-2021
 
Response Due
9/28/2021 1:00:00 PM
 
Archive Date
09/29/2021
 
Point of Contact
Paul Lindinger, Phone: 267-343-6362, Daniel Langan, Phone: 215-446-4690
 
E-Mail Address
Paul.Lindinger@gsa.gov, Daniel.Langan@gsa.gov
(Paul.Lindinger@gsa.gov, Daniel.Langan@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
These contracts are intended to be aligned geographically, with one contract used primarily, but not necessarily exclusively, for PBS Region 3's North Service Center, and the other contract used primarily, but not necessarily exclusively, for PBS Region 3's South Service Center. At the time of proposal submission, offerors will indicate if they wish to be considered for one or both contracts. However, offerors are to provide only one proposal in response to this synopsis. Note: The North Service Center area is Pennsylvania, New Jersey (Sussex, Warren, Somerset, Hunterdon, Mercer, Ocean, Burlington, Camden, Gloucester, Atlantic, Salem, Cumberland, and Cape May counties), and Delaware. The South Service Center area is Maryland (excluding Prince Georges and Montgomery counties), Virginia (excluding the counties of Arlington, Fairfax, Loudoun, Prince William and the cities of Fairfax, Falls Church and Alexandria), and West Virginia. 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 $250,000.00. 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 $2,500.00 for the entire 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 the North Service Area contract will be $5,000,000.00 total across the base and all option periods (not each period). The Maximum Order Limitation (MOL) for the South Service Area contract will be $6,000,000.00 total across the base and all option periods (not each period). The intent of this acquisition is to procure two single-award Indefinite Delivery/Indefinite Quantity (IDIQ) term contracts for Roofing, Fa�ade, and Building Envelope Engineering and Design Services to be procured as total small business set asides. The NAICS (North American Industry Classification System) Code for this procurement is 541330, Engineering Services. The annual Small Business Size Standard is $15 Million. Projects under this contract are for engineering and design services for roofing, fa�ade, and building envelope alteration work in federal facilities and will generally be for projects up to $5 million in construction costs. Most projects will involve occupied buildings, many of which are historically significant. The scope of engineering and design services under this proposed contract include, but are not limited to the following: �a) Performing comprehensive studies (with an emphasis on moisture intrusion and� � � � physical condition assessment). �b) Development of requirements. �c) Development of design-build RFP packages. �d) Design of building envelope and roofing systems. �e) Building envelope and roofing inspection and construction administration services (including commissioning). �f) Sustainable design including waste management and green roofing. �g) Hazardous waste removal as associated with envelope and roofing systems. Hazardous materials such as incidental asbestos and lead may be encountered in some existing facilities. The A/E�s Industrial Hygienist will be required to identify and quantify the types and locations of hazardous materials that may be abated during construction and will be required to provide abatement recommendations. Furthermore, knowledge of airborne pathogen concerns is required.� GSA CAD/BIM DELIVERABLES: Policy and Drawing Analysis Program (DAP) will be incorporated as requirements into the awarded contract. The DAP is a software utility that generates reports (both tabular and graphical) that are used to aid in the identification of some (but not all) GSA CAD standards compliance issues. The utility is an aid to compliance, but is not guaranteed to work in all versions of AutoCAD or any other product, and does not make drawings compliant but only to enumerate all issues of noncompliance. The party responsible for producing the drawings is ultimately responsible for compliance with the GSA policy. The Detailed CAD Deliverable Policy may be accessed on the internet at http://www.gsa.gov/midatlanticcadpolicy. The contractor agrees that all CAD, AutoCad drawings and related files, photographs, drawings, renderings, blueprints, specifications and/or other materials generated for use by the contractor on the project, whether in machine readable form or not, shall belong at all times to the General Services Administration (GSA) and shall be delivered to GSA at the times specified and within the schedules contained in the Agreement or at the termination of the Agreement, whichever occurs first. The overall objective of this procurement is to conduct an impartial, equitable, and comprehensive evaluation of proposals in accordance with the statement of requirements and award methodology, with the outcome being the selection of the sources that best satisfy the Government's needs. Proposal evaluation is an assessment of the proposal and the offeror�s ability to perform the required services successfully. Competitive proposals shall be evaluated and assessed solely on the factors specified. The relative strengths, weaknesses, and deficiencies supporting the proposal evaluation will be documented in the contract file. The non-price factors are listed in descending order of importance: Criteria 1. Specialized Experience Criteria 2. Past Performance Criteria 3. Professional qualifications of the proposed team members assigned to this project. Criteria 4. Capacity of the Firm and Project Team Criteria 5. Quality Control Criteria 6. Geographical Location ADDITIONAL INFORMATION SF 330s will be evaluated to determine the most highly qualified firm based on criteria responses. Evaluating past performance and experience may include review of information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, inaccessible points of contact, or invalid phone numbers could result in a firm being considered less qualified. The following elements may result in a higher rating: a) projects emphasizing occupied administrative, commercial, and institutional building types; b) projects where the offeror performed work as the Prime/Lead Engineer; c) projects provided where the construction is substantially complete; d) projects provided in the SF 330 (Architect-Engineer Qualifications) completed by the office/branch/individual team member actually performing the work under this contract; e) firms indicating that they wish to be considered for a particular geographic area (as defined above), and that demonstrate they are capable of providing at least 35% overall design services from an office within that area (as defined above). A pre-proposal conference will be held after the release of the solicitation. The date and time of the conference will be included in the Request for Proposal. SUBMISSION PACKAGE REQUIREMENTS The SF 330 is limited to 25 double-sided pages. One sheet of paper with text on both sides counts as one page. Individual sections of the SF 330 9 example, Criteria 4, 5 and 6) may exceed the length stated in the synopsis/solicitation, but the overall 25-page limitation is firm. Use your business judgement on what aspects of your firm to present within the 25-page limit. Firms are to submit a SF 330 for the prime offeror (SF 330 should also include team�s key sub-consultants) addressing the selection criteria information.� Firms are to apply page numbers to their proposal.� The SF 330 can be found at GSA Forms Library at www.gsa.gov. SF330 submissions should be provided via email to Paul.Lindinger@gsa.gov and Daniel.Langan@gsa.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1de73d57c5e34c739ed1a2cbe6cc2b0c/view)
 
Place of Performance
Address: Philadelphia, PA 19106, USA
Zip Code: 19106
Country: USA
 
Record
SN06139624-F 20210923/210921230118 (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.