Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOURCES SOUGHT

C -- Architect and Engineering Services IDIQ-Set Aside for Small Businesses

Notice Date
6/17/2024 12:21:10 PM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
PBS R00 SPECIAL PROGRAMS DIVISION WASHINGTON DC 20405 USA
 
ZIP Code
20405
 
Solicitation Number
47PA0324R0002
 
Response Due
7/2/2024 3:00:00 PM
 
Archive Date
07/17/2024
 
Point of Contact
Shirley Rohmer, Phone: 8175326657
 
E-Mail Address
shirley.rohmer@gsa.gov
(shirley.rohmer@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SPECIAL NOTICE: RESPONSES MUST BE ADDRESSED TO LINDSEY.MCCAMPBELL@GSA.GOV AND SHIRLEY.ROHMER@GSA.GOV THIS IS NOT A SOLICITATION AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. This is a sources sought notice only. NAICS 541310. This advertisement is seeking interested Small Business certified architectural and engineering firms. Large businesses please do not respond. This announcement seeks information from the industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this notice. The U.S. General Services Administration (GSA) proposes to award four zonal indefinite delivery, indefinite quantity (IDIQ) contract to perform architectural/engineering and incidental services in support of the requirements for the facilities of the Public Buildings Service and its customer agencies. The awards will be divided by geographical zones with one (1) award per zone. In addition to the zone, each award will have a secondary area which includes all states. The awardee must have an established office and license in the zone of award. The primary zones are as follows: Zone A: The zone encompasses the following states: Maine, Vermont, New Hampshire, Massachusetts, Connecticut, Rhode Island, New York, New Jersey, Pennsylvania, West Virginia, Virginia, Delaware, Maryland. Zone B: The zone encompasses the following states: Florida, Georgia, South Carolina, North Carolina, Kentucky, Tennessee, Mississippi, Alabama, Minnesota, Wisconsin, Michigan, Ohio, Indiana, Illinois, Nebraska, Iowa, Kansas, Missouri, New Mexico, Oklahoma, Arkansas, Louisiana, Texas. Zone C: This zone encompasses the following states: Alaska, Montana, North Dakota, South Dakota, Wyoming, Utah, Colorado, Nevada, Arizona, California, Washington, Oregon, Idaho, Hawaii. Zone D: This zone encompasses the District of Columbia and the immediate surrounding area. On an occasional basis, work may also include locations in the Secondary Contract Areas. The Secondary Contract Area for the IDIQ contract covers the entire United States (U.S), including all U.S. Territories and U.S. Installations. The Secondary Contract Area may be awarded as a Primary Contract Area(s) under separate contract(s) to other contractor(s). In addition, the Secondary Contract Areas of this contract may also be Secondary Contract Areas under other contracts. Services may be provided under this contract within the Secondary Contract Areas if ordered by the Government. However, the Contractor is not obligated to perform work in Secondary Contract Areas and may decline such orders by notifying the Contracting Officer within 3 workdays of receipt of a request for proposal or order for such services. The Government shall have no obligation to order services to be performed under this contract within the Secondary Contract Areas, and its failure to order any such services shall not breach or otherwise violate the contract. Scopes of the task orders issued under the IDIQ contracts may include, but are not limited to: The full range of building sciences that A/Es can provide such as detailed project investigations, project inspections, pre-planning services, design programming, optimizing design selections, feasibility studies, sustainability assessments, risk assessments, civil design, boundary and topographical surveying, pavement rehabilitation, energy conservation audits, equipment load measurements, blast resistance studies, seismic studies, high- wind resistance design, and physical security design. Cost Management Services including preparation of all forms of budgets, cost modeling, market research, economic studies, multiple stage estimating with speci?c breakout totals, complex budgetary control with oversight management and analysis. Nominally invasive investigation for the building and systems, subsystems, components, equipment, and materials addressing such critical features as building walls, glazing, roo?ng, HVAC equipment, plumbing, electrical systems; diagnostics expertise required for problem identi?cation and resolution including thermography, acoustic performance, lighting quality, moisture content in material, air/water conditions, contaminant level measurements. Construction Management and Inspection services including construction observation, advanced quality control monitoring with related testing and multi- phased turnover services. Commissioning and start-up planning services including forecasting start-up duration, estimating start-up costs, determining start-up objectives, developing technical services requirements for performance standards and goals, start- up with calibration. Obtaining observations and measurements (O&M) material, plus scheduling and/or supervising O&M training. Post Construction Services, such as performing one-year post- occupancy reporting analysis, facilities performance evaluations, post- occupancy systems management with diagnostics. Assisting GSA in the formulation of lessons learned. The successful awardees must have adequate and capable staffing to handle multiple projects in various states across the zone simultaneously. These projects may range from the Simplified Acquisition Threshold (SAT $250,000 or less) to the prospectus threshold, which is currently $3,926,000, in estimated construction costs. Expedited design and delivery approaches for all types of facilities will be promoted, including prototype concepts design, bundling of projects, prefabricated and modular construction, and use of pre-designed components. Various project delivery methods include, but are not limited to, CMc, traditional design- bid-build, and bridging-design-build, will be used. Disciplines, expertise, and performance with GSA 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 protection, life safety, security, blast, risk assessment, vertical transportation, space planning, real estate market analysis, interior architecture, historic preservation, estimating, master planning, report writing, quality control review, scheduling, building surveys, LEED, sustainability, BIM, 3-D rendering, code compliance, and hazardous material removal, signage and environmental graphics, and other disciplines with specialized experience. 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. All facilities will be designed in metric units. There will be no limit on the amount paid on individual task orders, however, the total cumulative task order amount shall not exceed $125 million over the maximum term of up to five years. The minimum guaranteed contract amount is $1,000 for the base contract period. Firm-fixed price indefinite delivery indefinite quantity contracts will result from this solicitation, including profit, overhead and hourly rates for anticipated disciplines and for use in negotiating firm-fixed price task orders. Experience with federal and public design projects may prove beneficial. Interested small business certified architectural and engineering firms meeting the criteria set forth above, should e-mail shirley.rohmer@gsa.gov and Lindsey.McCampbell@gsa.gov no later than July 1, 2024, 5:00 pm Central. In your response, please submit Part Two of the SF330 and a narrative demonstrating your capabilities to perform the work cited herein plus information certifying your firm as a small business. Respondents must also certify their socio-economic status. Please limit the narrative to five (5) pages or less
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9a83eeba43d94b40bbe905563c320b8a/view)
 
Place of Performance
Address: Washington, DC 20405, USA
Zip Code: 20405
Country: USA
 
Record
SN07100058-F 20240619/240617230121 (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.