SOLICITATION NOTICE
C -- Supplemental A/E Contract for the States of Iowa, Kansas, MIssouri, and Nebraska
- Notice Date
- 7/22/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), East Service Center (6PET), East Technical Services Branch 1500 E. Bannister Road, Kansas City, MO, 64131-3088
- ZIP Code
- 64131-3088
- Solicitation Number
- GS06P02GYD0048
- Response Due
- 8/27/2002
- Point of Contact
- Courtney Springer, Contract Specialist, Phone (816) 823-2276, Fax (816) 823-2284, - Susan Johnson, Contract Specialist, Phone (816) 823-2281, Fax (816) 823-2284,
- E-Mail Address
-
courtney.springer@gsa.gov, susan.johnson@gsa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- INFORMATION AND EVALUATION FACTORS Synopsis: Type of Contract: Award Supplemental A/E Services for U.S. Courts projects in the States of Iowa, Kansas, Missouri, and Nebraska (GSA Region 6). The Government intends to award one (1) supplemental A/E contract from this solicitation. The Indefinite Delivery/Indefinite Quantity contract for A/E services will be for a period of one (1) year with four (4) additional 1-year option periods. Prior to exercising each option, the Government will review the A/E firm?s/joint venture?s performance to date, and award options consistent with applicable portions of FAR 17. The contract will cover all four (4) states of GSA Region 6. A firm/joint venture may be considered, provided it meets the minimum requirements in each area as stated in this solicitation. The minimum contract amount to be awarded in the initial contract period (1-year) will be $5,000 and a minimum of $5,000 for each of the exercised option periods. The maximum amount payable under the contract shall not exceed $1,000,000 in the initial year or any exercised option period. Type of Work Under the Contract: The major function of this contract will be professional services including but not limited to design and the preparation of construction documents for repair & alteration, and tenant finish projects for the United States Courts, U.S. Marshals Service, U.S. Attorney, Probation, or other government agencies in occupied federally owned or leased office buildings. Typical projects may include repair, improvement, and remodeling of building interior space, including but not limited to: court rooms, judges chambers, holding cells, offices, public spaces, etc.; building systems and features, including but not limited to: interior & exterior finishes, landscaping, civil, mechanical, plumbing, electrical, structural, fire safety, elevators, and environmental components/systems. This contract will consist of projects with an estimated construction cost of $2,000,000 or less. The Government will use the fixed price amounts provided in the Supplemental Architect-Engineer Contract Lookup Table for pricing design work orders over the life of the contract. The Lookup Table will be incorporated as a mandatory pricing provision. However, the Government may award an individual work order based on level of effort and negotiated hourly rates for other services not provided under the Lookup Table. Types of Services Required Under the Contract: Services to be provided include, but are not limited to: architectural, landscaping, civil, structural, mechanical, electrical, and cost estimating. Other related services to be provided include: assisting GSA staff engaged in scope development, shop drawing review, master/feasibility planning, interior design, design review, construction administration and inspection, elevator evaluation/design, signage design, and various technical studies including, but not limited to: Historic Building Preservation Plans, fire safety reviews/studies, and handicapped accessibility (ADA/UFAS) reviews. Services may also include: acoustics, security, and quality checks as required to support services provided under this contract. Submission Requirements: Joint venture or firm/consultant arrangements will be considered and evaluated on a demonstrated interdependence of the members to provide a quality design effort. To be considered under this solicitation, firm/joint ventures must meet and show conformance to the following minimum requirements: 1) A completed, current Standard Form 255, ?Architect-Engineer and Related Services Questionnaire for Specific Project?, a completed, current Standard Form 254, ?Architect-Engineer and Related Services Questionnaire?, and a completed, current Standard Form 254 for each of its proposed consultants to the office. Interested firms with more than one (1) office must indicate on their SF 255 the staffing composition of the office in which the work will be performed. Indicate the solicitation number in block 2b, on the SF 255. The completed SF 255 should indicate the specific personnel from the responding firm and all consultants expected to do the work on this contract, with resumes for each, professional registrations by state, and experience in this type of work over the past five (5) years. 2) Firms/joint ventures must be multi-disciplined or have a continuing service arrangement with pre-identified consultants. 3) Firm?s/joint venture?s design/production offices must be located within the four (4) state region, Iowa, Kansas, Missouri, & Nebraska. The Firm?s/joint venture?s offices must be in operation at the time of this solicitation. 4) Services shall be provided under the direction of an Architect. The firm/consultant or joint venture must have Architects and Engineers that are currently licensed in at least one of the four (4) states and must submit proof of being able to attain and maintain licenses in the other three (3) states. The firm/consultant or joint venture selected must attain and maintain licenses in all four (4) states. All construction documents submitted under this contract will require the personal seal of the Architect and/or Engineer. 5) The firm/joint venture must possess the following minimum staffing within the firm/joint venture: Two (2) Registered Architects, registered in at least one (1) of the states that this notice encompasses, and two (2) CAD/D Technicians. 6) The firm/joint venture and/or consulting firms, if any, must have at least one (1) registered Professional in at least one (1) of the states that this notice encompasses, in each of the following disciplines: Landscape Architecture, Civil, Structural, Mechanical, & Electrical Engineering. 7) Demonstrate the capability to design projects in both English and metric. 8) Demonstrate the ability to comply with the following requirements: Construction drawings shall be created and submitted in AutoCAD 2000 or AutoCAD 2002. Construction drawings created in other CAD programs and then translated into AutoCAD are NOT acceptable. Construction drawings must conform to the latest GSA CAD standards. Construction specifications (current version of AIA MASTERSPEC, February 2002), reports, databases, and similar items shall be submitted in MS Word 2000 format. The firm/joint venture shall update software versions at their own expense at the request of the Government. 9) Proof of errors and omissions insurance, or the ability to obtain such must be included with the submittal. Evaluation Criteria: Selection of firms/joint ventures will be based on the following evaluation factors that are listed in descending order of importance: 1) Past Performance on Design: The firm/joint venture shall submit a narrative & graphics (maximum of three pages per project) for five (5) similar projects of scope, size, or complexity completed during the past five (5) years. Submittal of less than five (5) projects will result in a lower score. If more than five (5) projects are submitted, only the five (5) most recently completed projects will be considered. ?Similar? is defined for this announcement as tenant finish or renovation projects of the following facility types listed in descending order of importance: U.S. Courts space, U.S. Marshals Service space within Courthouses, U.S. Attorney?s space, corporate & institutional office space or governmental office space. Projects not completed within the last five (5) years will not be considered. Project data shall include, project name & location, description, initial & final construction cost, and construction start & completion dates. The narrative shall address the following evaluation factors: design approach with salient features for each project; and how the client?s program, function, image, mission, cost control, schedule and operational objectives were satisfied by the overall design/planning solution. In addition to the three (3) pages referenced above, provide a client/owner reference contact and general contractor reference contact for each project, including name, title, address, phone, and fax numbers (not part of the three maximum pages per project). Include evidence where possible such as certificates, awards, peer recognition, etc. demonstrating design excellence (not part of the three maximum pages per project). 2) Design Philosophy: Provide a narrative (maximum of two pages) to address the following evaluation factors: indicate the firm?s/joint venture?s design philosophy and approach to public architecture; indicate how project management, coordination, planning, quality control, scheduling, timeliness, and cost control measures are addressed by your firm/joint venture during design; indicate how energy-conscious and low maintenance design features are incorporated into your designs; and include an organizational chart (separate page) indicating the Design Team?s composition. Indicate the background & qualifications of key team personnel describing the nature & extent of their technical capabilities. Information of key team personnel is to be indicated on the resume pages of the Standard Form 255. The key team personnel indicated as part of SF 255 shall be the same as indicated on the organizational chart. Where applicable to the individuals that are part of the team, the resume information shall address the following evaluation factors: their ability to communicate effectively, orally and in writing; experience in preparing written reports & correspondence; experience in conducting meetings; ability to resolve problems; experience with the production of construction documents; familiarity with manufacturer?s products; experience in construction administration, and experience in the design of similar type facilities as indicated in this solicitation. 3) Specialized Design Expertise: Provide a narrative (maximum of two pages) to address the following evaluation factors: the firm?s/joint venture?s familiarity and experience with historic preservation, security systems, sustainable design, environmental concerns, seismic design, value engineering & life cycle costing, local codes within the four (4) state region, accessible design (ADA), and building systems evaluation. 4) Construction Administration Expertise: Provide a narrative (maximum of one page) to address the following evaluation factors: the firm?s/joint venture?s experience in construction contract administration; experience of reviewing CPM (Critical Path Method) construction schedules; and any measures implemented by the firm/joint venture to keep the construction project on schedule and within budget. 5) Plans and Specifications: Provide a narrative (maximum of one page) to address the following evaluation factors: the process implemented to produce a quality set of construction documents; and the quality, completeness, and readability of the firm?s/joint venture?s construction documents. 6) Firm?s/Joint Venture?s Office: Provide a narrative (maximum of one page) to address the following evaluation factors: adequacy of space; organization of space; and housekeeping. When responding to this announcement, offerors should fully address their capability with regard to each of the above stated minimum submission requirements and evaluation criteria. Interviews will be conducted of the most highly qualified A/E firms/joint venture teams, based on their written response to this announcement. This procurement is set-aside for small business concerns. The contract will be procured under the Brooks Act and FAR Part 36. To be considered, responses to this notice must be received no later than 3:00 PM, central time, August 27, 2002, to the General Services Administration, Office of Business & Support Services (6ADB), Room 1161, 1500 East Bannister Road, Kansas City, Missouri 64131-3088. All packages shall be marked ?TECHNICAL PROPOSAL RFP GS06P02GYD0048?. Proposal package is to contain one (1) original and two (2) copies of the technical proposal. Limit technical proposal to 8-1/2? x 11? size pages. Firms/joint ventures wishing to be considered must submit completed SF-254(s) and SF-255(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 Submission Requirements and Evaluation Criteria. A follow-up announcement shall be placed in this publication containing the list of the firms considered to be the highly qualified. Firms desiring consideration shall submit appropriate data as described in synopsis. This is not a request for fee proposal. Numbered Note 1.
- Record
- SN00122781-W 20020724/020722213647 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |