SOURCES SOUGHT
C -- Architect and Engineering Services IDIQ in support of the Special Programs Division
- Notice Date
- 4/25/2013
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
- ZIP Code
- 76102
- Solicitation Number
- 7PQA07-0001
- Archive Date
- 5/24/2013
- Point of Contact
- Lindsey McCampbell, Phone: 8179784070
- E-Mail Address
-
lindsey.mccampbell@gsa.gov
(lindsey.mccampbell@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- 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 General Services Administration (GSA) proposes to award a multiple award indefinite delivery, indefinite quantity (IDIQ) contract to perform architectural/engineering and related services in support of the requirements for the facilities of customer agencies of the Special Programs Division (SPD) across the nation. 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 including Puerto Rico. The awardee must have an established office and license in the zone of award. The zones are as follows: Northwest: Washington, Oregon, Idaho, Montana, Wyoming, North Dakota, South Dakota, Nebraska, Iowa, Minnesota, Wisconsin, Alaska Northeast: Maine, New Hampshire, Vermont, New York, Massachusetts, Rhode Island, Connecticut, New Jersey, Pennsylvania, Ohio, Indiana, Illinois, Michigan, Delaware, Maryland Southwest: California, Nevada, Arizona, Utah, New Mexico, Colorado, Kansas, Oklahoma, Texas, Hawaii Southeast: Missouri, Arkansas, Louisiana, Mississippi, Alabama, Georgia, Florida, South Carolina, North Carolina, Tennessee, Kentucky, Virginia, West Virginia, Washington D.C., Puerto Rico Scopes of the task orders issued under this IDIQ contract may include but are not limited to site investigations, site surveys, Building Evaluation Reports, Feasibility Studies, Project Development Studies, budget estimating, master planning, concept designs, construction documents, detailed construction estimating, boundary and topographical surveying, constructability reviews, technical design reviews, construction management, shop drawing review, record drawings, construction phase inspection, and other architectural, engineering and technical services. Firms must have adequate staffing and be able to handle multiple projects simultaneously within the United States. Firms must also be able to provide comprehensive planning and design for Land Ports of Entry (LPOE) on the northern and southern borders of the United States. Some projects will involve the renovation, expansion, or building of new land ports of entry on the northern and/or southern border. These projects will be located in a variety of contexts, from remote rural sites to highly urbanized sites and could range from around the Simplified Acquisition Threshold (SAT $150K or less) to over $100M in estimated construction costs. The facilities comprise multiple buildings, including inspection facilities, garages, and offices, as well as complex site circulation and inspection technologies. The LPOEs will be secure facilities that also act as gateways to our country and should make an architectural statement that is appropriate and responsive to the local context, efficient movement of trade and commerce, the security requirements of law enforcement agencies, and the flexibility of changing operational and technological requirements. Expedited design and delivery approaches will be promoted, including prototype design, bundling of projects, prefabricated and modular construction, and use of pre-designed components. Various project delivery methods, including CMc, traditional design-bid-build, and bridging-design-build, will be used. Disciplines, expertise, and performance with GSA Design Excellence 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, surveying, 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 and no limit on project size; however the total cumulative task order amount shall not exceed $15 million in any one contract period. The minimum guaranteed contract amount is $1,000 for the base year, and the maximum ordering limitation for each option will be $15 million. 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. Interested small business certified architectural and engineering firms meeting the criteria set forth above, should e-mail lindsey.mccampbell@gsa.gov no later than Thursday May 9, 2013 at 4:00 P.M. CDT. 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. Please limit the narrative to five (5) pages or less.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/7PQA07-0001/listing.html)
- Place of Performance
- Address: General Services Administration, Public Building Services, Acquisition Management Division, 819 Taylor Street, Room 12B01, Fort Worth, Texas, 76102, United States
- Zip Code: 76102
- Zip Code: 76102
- Record
- SN03045911-W 20130427/130425234902-a8b8b73bfde562c8ebb76ac132ae4e04 (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 |