Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2008 FBO #2567
SOURCES SOUGHT

C -- Program Management Assistance Contract for Architect, Engineering and Construction Services supporting Defense Commissary Agency

Notice Date
12/4/2008
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Colorado Service Center (8PC), P.O. Box 25546, Building 41, Room 246, DFC, Denver, Colorado, 80225-0546
 
ZIP Code
80225-0546
 
Solicitation Number
11991
 
Point of Contact
Deborah Godshall,, Phone: 303-236-7185, Len A Wilson,, Phone: 303-236-8000 ext 2315
 
E-Mail Address
deborah.godshall@gsa.gov, Len.wilson@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION: The General Services Administration, Federal Acquisition Services Region 8 (GSA) was retained by Defense Commissary Agency, Facility Construction and Sustainment Division (DeCA) to solicit interest in providing an IDIQ and Cost Reimbursement contract with a prime component and two sub-components: 1. Single and Multi Project Construction Management Inspection 2. Sub-Consultant Design Services 3. Maintenance of Management Information of Contract Systems for A&E Construction Project Management Software. The Base Year contract is for two year performance period, with 3 one year options to renew exercised at the Government's discretion. The total contract value will exceed $17million. The Government intends to award one IDIQ contract with a minimum annual guarantee of $100,000. These contracts will be procured in accordance with Public Law 92-582, The Brooks Act and FAR Part 36.6. Under this process, the Government will award to the most highly qualified A/E firm with whom it can negotiate a fair and reasonable price. All services shall be performed under the direction and supervision of registered architects and professional engineers. DESCRIPTION: The scope of the contract includes approximately 150 projects and up to 50 facility assessments per year at DeCA's worldwide commissaries, both CONUS and OCONUS. Construction sites for Army, Air Force, Navy, and Marine Corps store construction included in the Scope of Work are worldwide. Scope of the projects to be managed range from minor construction projects to major renovations and new stores ranging from approximately 4,000 SF to well in excess of 100,000 square feet and include sales areas, warehouse, cold storage, meat/produce processing areas, administrative areas, parking and service areas, retail malls, food courts, utilities, and landscaping with a construction cost range of approximately $100,000 to $100,000,000 each. PRIME COMPONENT consists of: Quality Assurance Inspection Services, Facility Condition Assessment, and Management, Architectural, and Engineering Assistance for multiple Department of Defense (DoD) Commissary, Army Air Force Exchange Service (AAFES), Navy Exchange and Moral, Welfare and Recreation Centers construction projects located worldwide throughout the continental US and Overseas. The type of construction projects to be managed/inspected during the planning, programming, design and construction phases consists of significant additions and alterations to existing DoD commissary stores, & exchange stores, the construction of new and minor construction projects involving store equipment changes, maintenance and repair, décor upgrades and minor building modifications and renovations. The Architect-Engineer contractor shall be required to provide all services for project management and oversights as well as on-site surveillance and inspection during the process of construction to final acceptance. Additionally the contractor shall provide schedule management, and risk analysis and technical advisory administrative support to Government Contracting and Engineering personnel. Services provided shall include a wide range of technical and management support, including management of single and multiple projects, facility condition assessments, constructability reviews, special studies, and other technical consulting services. Services include providing "Core Management Team” personnel, individual on-site construction inspectors for major projects, and roving inspectors for designated minor construction projects, as well as area managers. SUB-COMPONENT services include but not limited to: technical support from specialized Architectural and Engineering resources, including structural, mechanical, civil, electrical, geotechnical and environmental disciplines. The other sub-component supports a centralized computerized management information system. There are two existing MICS that shall be used and maintained by PMAC. The first is called FACTS(Facilities Automated Construction Tracking System). FACTS integrates all essential elements of DeCA’s design and construction program. The second system is called SMART (Sustainment Maintenance and Repair Tracking System). SMART integrates all essential elements of DeCA’s facility sustainment, maintenance and repair program. These systems consist of baseline programs for tracking al ongoing projects and enables managers and senior decision makers to know the current status of all projects and the total program. The selected contractor will be required to interface with and utilize these existing systems and share the common database per the Scope of Work requirements. The software is submitted with restricted rights in accordance with FAR Clause 52.227-14 Alternate III. REQUIREMENTS: There will be sub-contract plan requirements for 8(a) Small Business Set Asides. The Small Business Sub-Contracting Plan Requirements: The contractor shall create a small business plan and provide to the CO as required by FAR Clause 52.219-9, Alternate II. The GSA Small Business Goals established an objective of no less than 50% small business participation in any task order awarded on an IDIQ contract. 50% of all contracts are to be designated for Small Business, of that number at least the following percent are for: 23% - HUB Zone; 20% - Small Disadvantaged Business; 30% -Service Disabled Veterans; and 20% -Women Owned. Actual performance of specific small types may vary due to geographic and service technologies available. The Objective of 50% small business participation will be monitored and backed up with FAR Clause 52.219-16, Liquidated Damages. The Government will assess fines for non-accomplishment of the 50% objective on a per monthly basis until the contractor is in compliance with the 50% objective. The fine will be based on the percentage of business (based on annual dollars) not performed by small business. The Government has also established a small business content goal of 60% and is backing the Small Business Goal with FAR Clause 52.219-10, Incentive Subcontracting Program. The same small business percentages apply to the 60% goal. If the contractor excess it subcontracting objectives for Hubzone Small Business, Small Disadvantaged Business, Women Owned Small Business and Service Disabled, Veteran Owned Small Business not to exceed 10%. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS The selection will be based on the following criteria and are in descending order of importance: Factor 1 Individual and Firm Specialized Qualifications; Factor 2 Relevant Project Experience; Factor 3 Past Performance; Factor 4 Sub-Contracting Plan and Factor 5 Capacity. Firms will be evaluated to determine the most highly qualified firms based on criteria responses. The evaluation board will review the statements of qualifications (Standard Form 330). The boards must evaluate them in accordance with the criteria cited in the Fed Biz Opps notice. Following the evaluation of the statements of qualifications, the short-list will be announced on Fed Biz Opps. The firms selected will be contacted for interviews. The interviews will involve discussions on project concepts and the relative utility of alternative methods of furnishing the required services. The purpose is to obtain additional qualifications, performance, management data, and other information needed to properly apply the evaluation criteria. Following the interviews, three firms will be considered to be the most highly qualified to perform the services, and will be asked to submit cost proposals for evaluation. This is considered to be the final selection of the competing firms. One firm will be selected from the top three firms. THIS IS NOT A REQUEST FOR PROPOSAL. This is a sources sought notice to determine interest.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ad45b9842af7f30ad1f57fd872139ed5&tab=core&_cview=1)
 
Place of Performance
Address: Denver Federal Center, GSA Colorado Service Center, 8PC, Denver Federal Center Building 41, PO Box 25546, Denver, Colorado, 80225, United States
Zip Code: 80225
 
Record
SN01713509-W 20081206/081204220556-ad45b9842af7f30ad1f57fd872139ed5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.