MODIFICATION
C -- Construction Inspection Services New England Region 01 - Questions and Answers
- Notice Date
- 8/11/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Branch Service Centers Division (1PSA), 10 Causeway St., Bosotn, MA 02222, Boston, Massachusetts, 02222, United States
- ZIP Code
- 02222
- Solicitation Number
- CIS_Services_New_England_Region_01
- Point of Contact
- Michelle L. Kelly, Phone: 6175658895, John H. Gilbert Jr., Phone: 6175658708
- E-Mail Address
-
Michelle.Kelly@gsa.gov, John.Gilbert@gsa.gov
(Michelle.Kelly@gsa.gov, John.Gilbert@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- Questions and Answers 8/11/11 ATTENTION: The notice below has been updated as of August 11, and hereby supersedes the previous notice posted August 4, 2011. Please be advised there has been a change to paragraph 3 of this notice, "Architect-Engineer firms have 30 days from the date of this release on FBO, Thursday, August 4, 2011, to establish a production capability within the six states of New England" has been removed from the notice. Pre Solicitation Notice- UPDATED AUGUST 11, 2011 Construction Inspection Services (CIS) POC: Michelle Kelley, Contract Specialist or Kim Yates, Contracting Officer Region 1 of the U.S. General Services Administration (GSA), Public Buildings Services (PBS), requires an Indefinite Delivery/Indefinite Quantity (IDIQ) for Construction Inspection Services (CIS). The NAICS Code is 541330: the small business size standard is $4.5 million. It is anticipated that three (3) separate contracts will be awarded. Each contract will include a base year plus four (4) unilateral one year options for projects located within the geographic area of the New England Region. The geographic area of New England encompasses the states of Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island and Vermont. Services as prescribed for each separate project will be firm fixed price. The minimum guarantee for each contract is $2,000. The total cumulative fee is a maximum of $3M over the five (5) year potential term. A separate fee will be negotiated for each task order. The fee will be based on the overhead, profit, and employee wage rates established in the master contract. Services will be on an as-needed basis and will include services for construction inspection including but not limited to the following: building envelope projects, roofing projects, hazardous materials abatement projects, mechanical, electrical, structural and elevator inspections; expert witnessing services; performance of investigations and testing services, review of proposed systems, materials and equipment and related documents; estimating field changes and value engineering proposals; maintenance of daily project diary; recommendations of actions to GSA; review of progress payment requisitions and supplementary functions as needed in both Federal Buildings and Leased Space. Some inspections may be required to be performed outside normal working hours. Services will require the ability to work with plans and specifications prepared using the metric system. Consideration is to be given to firms located within one of the six New England States and have knowledge of locality of the project. The Architect-Engineer of record is allowed up to 45 calendar days after contract award to establish this production capability. Joint ventures or firm/consultant arrangements will be considered and evaluated on a demonstrated interdependency of the members to provide quality services. At least one member of any proposed Joint Venture must meet the location requirements mentioned above. Services shall require the following disciplines: architectural; civil; structural; mechanical; electrical; and general engineers. Respondents must demonstrate capability and a planned approach to perform all contract services within the designated geographical area of consideration. Supplemental information, such as representative examples of prior relevant projects is encouraged. CONTRACTORS WILL BE REQUIRED TO REGISTER WITH THE CENTRAL CONTRACTOR REGISTRATION (CCR) at http://www.ccr.gov, prior to award. Selection will be made based on the following criteria in relative order of importance. (1) Professional qualifications necessary for satisfactory performance of construction inspection services including the disciplines of architectural, civil, structural, mechanical, electrical and general engineers (2) Specialized experience and technical competence in the area of construction inspection services; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of the locality of the project - within the six New England States; (6) Socio-Economic Status - The socio-economic status of the vendor will be considered as an evaluation factor for award with the goal of helping to achieve one of GSA's socio-economic goals to increase small business participation of prime contractors. GSA is strongly committed to ensuring that small business, HUBZone small businesses, Service Disabled Veteran Owned small businesses, 8(a) certified small businesses, disadvantaged small businesses, veteran owned small businesses, women-owned small businesses and economically disadvantaged women-owned small businesses have maximum opportunities to participate as prime contractors. Contractors shall provide a self certification of their socio-economic standing, which will be compared to what is stated in the Central Contractor Registration (CCR). (7) Environmental Consideration Plan - The Environmental Plan should describe the offeror's proposed plan to assist PBS in attaining GSA's goal of achieving a Zero Environmental Footprint. GSA's Zero Environmental Footprint goals include ceasing to produce carbon emissions, use virgin materials or produce waste, thereby eliminating any negative environmental impact caused by the building and its occupants. The plan should describe a system for identifying and complying with the various environmental, energy conservation, affirmative procurement program, recycling, use of environmentally preferable products, recovered material products, energy efficient products, biobased products, pollution prevention, and other green standards. Only one (1) contract will be issued to a particular firm or joint venture. Estimated start date is January 1, 2012. Firms who meet the above requirements and wish to be considered are required to submit SF-330's (Architect- Engineer Qualifications) to GSA PBS Region 1, South Service Team (1PSA), 10 Causeway Street, 9th Floor, Boston MA 02222, Attn: Kimberly Yates, Contracting Officer by 2:00pm Eastern Standard Time on Thursday, September 1, 2011. Submittals are to be placed in sealed envelopes and identified as follows: Architect/Engineer Construction Inspection Services for the New England Region This is not a request for proposal. THIS PROCUREMENT IS OPEN TO BOTH LARGE AND SMALL BUSINESS. In addition to the SF-330, interested firms may submit supplemental information as necessary to better demonstrate their capabilities and planned approach to perform all contract services within the geographic area. Firms shall consider the services required and evaluation criteria in the presolicitation notice when determining what information to submit. Supplemental information is limited to no more than twenty (20) double sided pages, utilizing 12 font. Please submit one (1) copy of the SF-330 and any supporting documentation. If sending by US Mail or UPS, the submission will go directly to our mailroom where it will need to be received by the deadline date and time. The mailroom will deliver all submissions received to the responsible contracting officer or specialist. If sending by FedEx, DHL or courier, the submission will go directly to the Concierge on the 9th floor, where it will need to be received by the deadline and date. The receptionist there will accept delivery and notify the responsible Contracting Officer or Specialist. Please be advised that all carriers will have to go through Security before entering the building. Please factor this time into your trip to ensure that the submission arrives timely.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PK-ME/CIS_Services_New_England_Region_01/listing.html)
- Place of Performance
- Address: New England Region, United States
- Record
- SN02530984-W 20110813/110811235857-e184bd13dc512ed71ba036b677ded112 (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 |