SOLICITATION NOTICE
C -- Region Wide Supplememtal Term Full Service Architectural/Engineering Services
- Notice Date
- 5/4/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541310
— Architectural Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Chesapeake Service Center (3PC), The Strawbridge Building 20 North 8th Street, 9th Floor, Philadelphia, PA, 19107-3191
- ZIP Code
- 19107-3191
- Solicitation Number
- GS03P05DXD0024
- Response Due
- 6/3/2005
- Archive Date
- 6/18/2005
- Small Business Set-Aside
- Total Small Business
- Description
- Full Architectural-Engineering design services for up to two term contracts for projects throughout the Commonwealths of Pennsylvania and Virginia (excluding the counties of Arlington, Fairfax, Loudoun, Prince William and the cities of Fairfax, Falls Church and Alexandria) and the states of Maryland (excluding Prince Georges and Montgomery counties), Delaware, West Virginia and the following counties in New Jersey: Sussex, Warren, Somerset, Hunterdon, Mercer, Ocean, Burlington, Camden, Gloucester, Atlantic, Salem, Cumberland and Cape May. It is the intent of this procurement to award two contracts, Contract GS-03P-05-DXD-0024 will be used primarily for work in Maryland and Virginia and Contract GS-03P-05-DXD-0025 will be used primarily for work in the states of Delaware, Pennsylvania, New Jersey and West Virginia. However, work from any of the geographical area may be added to either of the contracts at the discretion of the Government. At the time of proposal submission, Offerors shall indicate if they wish to be considered for one or both of the contracts. GSA may select only one firm if, per Brooks Bill selection procedures, a single firm requests consideration for both contracts and is determined to be the most qualified firm for each contract. Projects will involve Repair & Alterations, Renovations and Modernization of federal facilities and required Architectural, Mechanical, Electrical, Fire Protection, Security and Interior Design with sensitivity towards historic buildings. This procurement will result in a supplemental indefinite quantity term contract(s). The work stated above may involve multiple work orders to be done concurrently within the geographical area as stated above. The scope of architectural and engineering services under this proposed contract(s) includes, but is not limited to the following: programming; pre-design; the preparation of feasibility studies; site investigation; complete design services (space planning, interior design, architectural, mechanical, electrical, civil, structural, fire protection, vertical transportation, security, and code compliance); cost estimating, procurement support; post-construction-award services; and other related supplemental services if so requested by the Government. Hazardous materials such as incidental asbestos and lead may be encountered in some existing facilities. The A-E's Industrial Hygienist may be required to identify and quantify the types and locations of hazardous materials that may be abated during the construction project. Furthermore, knowledge of airborne pathogen concerns is required. In addition, certain projects may be designed and constructed in metric, System International (SI) units in accordance with Public Law 100-576, the Omnibus Trade & Competitiveness Act of 1988, the Metric Conversion Act, and Executive Order 12770. A-E firms will be required to demonstrate proficiency in metric design. GSA?s CAD Deliverables Policy will be incorporated as requirements of the awarded contract. The detailed CAD Deliverable Policy may be accessed on the Internet at http://www.gsa.gov/midatlanticcadpolicy/. 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. EVALUATION CRITERIA TO BE APPLIED IN THE SELECTION PROCESS IN DESCENDING ORDER OF IMPORTANCE, ARE AS FOLLOWS: 1. PROFESSIONAL QUALIFICATIONS: (25%) Professional qualifications necessary for satisfactory performance of required services. Submission Requirements: Provide brief resumes of proposed team members who will specifically serve as the Project Managers, Designers of Record (Architect, Civil Engineer, Structural Engineer, Mechanical Engineer, Electrical Engineer and Fire Protection Engineer), Interior Designer, Cost Estimator, Industrial Hygienist, and Historic Preservation Specialist. In addition, provide brief resumes of other team members who will perform technical tasks under this contract. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a maximum of five (5) specific completed projects that best illustrate the individual team member?s experience relevant to this contract scope. 2. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (25%) Specialized experience and technical competence in the type of work required and where appropriate, experience in energy conservation, pollution prevention, waste reduction and the use of recovered materials. Submission Requirements: Provide a detailed narrative of up to ten (10) maximum relevant projects (not ten projects for each firm or consultant), completed within the last five (5) years, that best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the teams? experience with projects of similar size and scope to those to be performed under this contract. In addition, address the following: a) Discuss how the firm will meet the requirement to comply with the GSA CAD policy (referenced above) and procedures. b) Describe the team?s knowledge of airborne pathogen concerns. c) Demonstrate the team?s proficiency with metric design. d) Describe the team?s experience in sustainable design, use of the U.S. Green Building Council LEED System including descriptions of waste reduction techniques and energy efficiency in facilities designed by the team, and familiarity with use of recovered materials on construction contracts per FAR 52.223-9. e) Describe the team?s familiarity with security criteria for the safety of personnel in Federal facilities and associated mitigation measures in design and construction, including, but not limited to, standoff distances, blast resistant design and prevention of progressive collapse. f) Describe the teams? experience in and performance on the preparation of feasiblility (relative to prospectus project development or retention or disposal decision making) studies for major projects. These requirements may be fulfilled by the offeror or a team subconsultant with the appropriate background. CRITERIA 3, PAST PERFORMANCE: (25%) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Points of contact provided in other criteria may be contacted. A firm with no record of past performance information shall be evaluated neither favorably nor unfavorably. Submission Requirement: a) Discuss A/E?s ability to work with Government entities and design standards. b) For each Federal project provided as experience under Criteria 1 and Criteria 2, provide a copy of all Performance Evaluations (Architect ? Engineer) issued for that contract. For non-Federal contracts, provide facility owner documentation of the firm?s performance issued on that contract. If no documentation exists, so state. c) Provide accessible owner points of contact-name, title, address, telephone number, and fax number; and d) Provide copies of awards and letters of appreciation/commendation CRITERIA 4, ORGANIZATION, MANAGEMENT AND QUALITY CONTROL: (10%) Discussion of the firm?s organization and management process. Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. Submission Requirement: In a narrative form, a) outline the A-E?s approach to design and project management. Document the A-E?s ability to handle projects with multiple end-users and complex requirements; b) Describe the team?s organization. Provide an organization chart that identifies the overall relationship and lines of authority of the proposed team. Include firm names, key personnel and their discipline/specialty. Describe the extent of the A-E's previous experience with the proposed consultants and its demonstrated ability to effectively manage the prime-consultant relationship. Discuss how projects located outside of the A-E?s typical area of operation will be addressed; c) Describe the prime?s QC program, identify the person primarily responsible for the QC program, and indicate how the prime firm will ensure quality consistently across the entire team. Illustrate success in implementing the program; and d) Address the team?s QC processes for checking and verifying plans and specifications for errors, omissions and quality, documenting design decisions, and incorporating and tracking review comments. Of special interest are the QC processes in place that minimize the government?s effort to QA the A/E?s work product for errors, omissions, and quality. CRITERIA 5, CAPACITY: (10%) Capacity to accomplish the work in the required time. Submission Requirement: a) For the A-E and each proposed team firm, list all current projects with a design fee of greater than $20,000, being designed in the firm?s office. For firms with multiple offices, only offices identified for inclusion in this design team need to be included here. For each project, identify the current design fee, the current stage of design, and the anticipated design completion date. Indicate the firm?s present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; b) Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; and c) Discuss how surge workload will be managed. CRITERIA 6, LOCATION: (5%) Location in the general geographical area of the projects and knowledge of the locality of the projects. Submission Requirements: Describe and illustrate the team?s knowledge of design approaches, construction materials, codes/ordinances, costs, and other conditions unique to the geographic area related to the contract for which the submittal is being made. Documentation of the A-E firm?s ability to provide at least 35% overall design services in-house from an existing office within the geographical area from which a preponderance of the work related to the specific contract for which the offerer has requested consideration will be drawn. Additional consideration will be given for each major consultant to the prime (i.e. MEP, structural, fire protection, etc.) with an existing office within the same geographical area. 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 and should be addressed accordingly when preparing criteria responses: a) Projects emphasizing administrative, commercial, and institutional building types; b) Projects involving a sustainable design approach; c) Projects provided in the SF 330 (Architect-Engineer Qualifications) completed by the office/branch/individual team member actually performing the work under this contract. The estimated contract start date is September 2005. The period of performance will be for one base year with Four (4), One (1) year options. The contract work shall be performed with the issuance of work orders. The value of individual work orders executed under this contract may range from $2,000 to $250,000. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. The minimum guarantee for the contract shall be $2,000. The contract will include hourly rates for anticipated disciplines at various levels for use in negotiating fixed price work orders. However, the Government reserves the right to award a contract based on the negotiated hourly rates only. The estimated maximum amount to be expended under the contract shall not exceed $750,000 in fees per year. The total value of work orders placed against the contract for any year may be exceeded by the Contracting Officer by up to 50% of $750,000.00 per year for the cumulative fee of $1,125,000.00. SUBMISSION PACKAGE REQUIREMENTS: The SF 330 is limited to 75 single-sided pages. Minimum font size is 10. Submit Five (5) copies of SF 330 for the prime offeror (SF 330 should also include team?s key subconsultants) addressing the following selection criteria information: Firms meeting the designated geographical limitations and having the capabilities to perform the services described herein are invited to respond by submitting a completed Standard Form 330, Part I and Part II (1/2004 edition) dated not later than six months prior to the date of this synopsis, for the firm and joint ventures. Firms with branch offices and consultants must submit Part II of Standard Form 330 that should include project samples. Firms must separately address the evaluation factors and relate where information can be found in the submittal package relevant to each factor. The submittal should be forwarded with a cover letter that references the contract number(s) for which the firm is requesting consideration. A pre-proposal conference will not be conducted; however, all questions must be received in this office by May 23, 2004. A/E firms may email their questions to: michelle.donnelly@gsa.gov. Questions may also be FAXed to Michelle Donnelly at (215) 446-6122. Submittals should be provided to the following office by June 3, 2005: General Services Administration, Chesapeake Service Center (3PC), The Strawbridge Building, 20 N. 8th Street, 9th Floor, Philadelphia, PA 19107-3191, Attention: Michelle Donnelly (PBS). Firms shall provide this office with one (1) original and four (4) copies of their entire proposal. If a Firm is submitting for both contracts, they may make one or two submissions at their discretion. THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED This contract is a total Small Business set aside, with a size standard of an average annual sale or receipts for its preceding three (3) fiscal years not in excess of $4,000,000.00. NAICS Code 541310/531330. This contract will be procured under the Brooks Act and FAR Part 36. SPECIAL ATTENTION SHOULD BE GIVEN TO THE FOLLOWING AREAS OF THE STANDARD FORM 330: Part I - Section A: Contract Information: In Block 5, list firm?s Dunn and Bradstreet and Taxpayer Identification Number in addition to the name of the firm. Section C: Proposed Team: List only the team members who will actually perform the major tasks under this contract (including staff professionals). Section F - Block 23: Provide a client point of contact and telephone number for each project. Section F - Block 25: Clearly identify what role the offeror and/or other team members had in the project (were they the prime or a subcontractor and what tasks did they performed). Section G - Key Personnel Participation in Example Projects: Submit in accordance with the SF 330 Instructions. Section H - Additional Information requested by Agency: Address the remaining Criteria 2, continued through Criteria 6; additional sheets may be used, if required. Clearly identify the Criteria number and title. The last entry under Item H must read: "I hereby certify that the firm(s) listed under Item 1 is a small business and meets the geographical limitations stated in the synopsis for this contract." Work orders issued under this contract will include Sensitive But Unclassified (SBU) building information. SBU documents provided under these work orders are intended for use by authorized users only. In support of this requirement, GSA requires the A/E firm and all consultants to exercise reasonable care when handling documents relating to SBU building information per the contract. The efforts required above shall continue throughout the entire term of the contract and for whatever specific time thereafter as may be necessary. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work). Destruction shall be done by burning or shredding hardcopy, and/or physically destroying CD?s, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software. REASONABLE CARE: 1. Limiting dissemination to authorized users. Dissemination of information shall only be made upon determination that the recipient is authorized to receive it. The criterion to determine authorization is need-to-know. Those with a need-to-know are those who are specifically granted access for the conduct of business on behalf of or with GSA. This includes all persons or firms necessary to do work at the request of the Government, such as architects and engineers, consultants, contractors, sub-contractors, suppliers, and others that the contractor deems necessary in order to submit an offer/bid or to complete the work or contract, as well as maintenance and repair contractors and equipment service contractors. 2. Term of Effectiveness. The efforts required above shall continue throughout the entire term of contract and for what specific time thereafter as may be necessary, as determined by the Government. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. 3. Written agreement of disposal. For all contracts using SBU building information, the contractor shall provide a written statement that he and his subcontractors have properly disposed of the SBU building documents, with the exception of the contractor?s record copy, at the time of Release of Claims to obtain final payment. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work). Destruction shall be done by burning or shredding hardcopy, and/or physically destroying CDs, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software. The recipient acknowledges the requirement to use reasonable care, as outlined above, to safeguard the documents and, if not awarded, the contract (and at the completion of any protest/appeal process) will make every reasonable and prudent effort to destroy or render useless all SBU information received during the solicitation. SELECTION INTERVIEW REQUIREMENTS: Personal interviews may be scheduled for firms slated as most highly qualified. Firms slated for interviews may be asked to explain management and design team components, QC process; and to provide design solutions to actual/hypothetical projects, etc. Elaborate presentations are not desired. Site visits will not be arranged during this period. Debriefing requests will not be entertained prior to 45 days after the submittal due date. It is the Government?s intent to incorporate Look-Up Tables into the contract as mandatory payment provision. *** END OF ANNOUNCEMENT ***
- Record
- SN00801086-W 20050506/050504212508 (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 |