SOLICITATION NOTICE
U -- National Learning from Our Legacy - Package #1 - (Draft)
- Notice Date
- 8/26/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Services Division (PGQC), 1800 F Street, Room 6318, Washington, District of Columbia, 20405, United States
- ZIP Code
- 20405
- Solicitation Number
- GS-00P-16-CY-D-7000
- Point of Contact
- Scott, Phone: 2025019154
- E-Mail Address
-
collette.scott@gsa.gov
(collette.scott@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. The associated North American Industrial Classification System (NAICS) code for this procurement is 611430 with a small business size standard of $11.0M annual gross receipts for a period of 3 years. THIS IS A 100% SMALL BUSINESS SET-ASIDE. General Services Administration (GSA), Public Buildings Service (PBS), Acquisition Services Division (PDQC), is requesting services for Learning From Our Legacy under this requirement. Description of Services (See Attachment I) Period of Performance: Period of Performance: The period of performance for the contract will be for a 12-month base period and four 12-month option periods (if exercised). If required, a 6-month extension may be exercised in accordance with FAR Part 52.217-8, Option to Extend Services. Place of Performance: This work effort will be national in scope. The contractor must be able to provide training services for the GSA Central Office in Washington, D.C. and Regional Offices nationwide. The GSA Regions are (1) New England, Boston, MA; (2) Northeast & Caribbean, New York, NY; (3) Mid Atlantic, Philadelphia, PA; (4) Southeast-Sunbelt, Atlanta, GA; (5) Great Lakes, Chicago, IL; (6) The Heartland, Kansas City, MO; (7) Greater Southwest, Fort Worth, TX; (8) Rocky Mountain, Denver, CO; (9) Pacific Rim, San Francisco, CA; (10) Northwest/Arctic, Auburn, WA; and (11) National Capital, Washington, DC. The following Federal Acquisition Regulation (FAR) provisions are hereby applicable and incorporated by reference: 1) The provision at 52.212-1, Instructions to Offerors - Commercial Items; and 2) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors shall include a completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://www.sam.gov. A completed copy of the Representations and Certifications should be included with the offer. The following Federal Acquisition Regulation (FAR) clauses are hereby applicable and incorporated by reference: 1) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items; and 2) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 3) The clause at 52.225-13, Restrictions on Certain Foreign Purchases; and 3) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (ALT I). Evaluation Criteria: The provision of 52.212-2, Evaluation Commercial is incorporated. The Government intends to use Best Value. When combined, technical is more important than price. The evaluation criteria are in descending order of importance. The contractors will be evaluated on the evaluation criteria as follows: FACTOR 1: Professional Qualifications and Experience of contractors and key personnel-including Specialized Experience (30%) a) Experience/knowledge of project phases similar to those in the Federal government, including but not limited to: project finance, urban and neighborhood issues, site selection, historic preservation, planning, cost management, design and construction excellence (including working with lead project managers and construction contractors), and project close-out. Also critical is the transfer of project leadership to facilities management, including operations and management (O&M), real property disposal, and importantly, ongoing full lifecycle of the asset. b) Credentials: academic, professional, c) Publications: building methodology, sustainability, building analysis, financial aspects, etc. (Please narrow publications list to those directly relevant to this Proposal Request.) d) Awards (design, construction, teaching, service to their industry), organizational recognition-- such as board membership, etc. e) Specialized Experience in topics germane to the Core Statement of Work FACTOR 2: Technical Knowledge and Competence (25%) a) Comprehensive understanding of building lifecycle and total project ownership costs, b) In-depth knowledge of capital project design and construction phases, c) Understanding of impact of and internal support for historic preservation in the Federal inventory d) Understanding of contracting mechanisms for institutional quality building design and construction e) Other specialties of industry knowledge FACTOR 3: Past Performance (20%) a) Examples: Involvement in research or demonstration projects that have long-term benefits from the general (or additional specialized) competencies developed b) Participation: Case Study Method or other building project field research or post-occupancy evaluation (POE). c) Contract work with Federal buildings or building programs d) Field research performed for Federal government entities, including basic building surveys; remediation reports, building performance evaluations e) Awareness of GSA project delivery methods (design-bid-build, design-bid, design-bridging-build, lease-construct, out-leasing, etc.) f) Post-occupancy evaluations (POE's): client satisfaction, occupant comfort g) Application of project knowledge or building performance in teaching or court testimony re: building failure h) Professional research in team work, team building, upper level client relationships i) Field research performed for Federal government entities, including basic building studies or surveys; remediation reports j) Application of project knowledge or building performance in teaching or court testimony re: building failure k) Research in team work, team building, and GSA client-relationships. FACTOR 4: PRICE (15%) FACTOR 5: Interview/Oral Presentation (10%) a) This factor will be weighted among all other factors. b) GSA recognizes that all applicants may not have some specific experience as above; however, this will not preclude GSA's consideration for award. In the case of the offeror who is not called for the optional Interview/Oral Presentation, the offeror will not be evaluated favorably or unfavorably on Interview/Oral Presentation. Submission of Proposals: The Contractor's proposal is due on or before 1:00pm, E.S.T., Tuesday, September 6, 2016. Proposals will be evaluated based on best value to the government. Offerors must submit their final proposals for evaluation. Proposals must be submitted by email to Collette Scott at collette.scott@gsa.gov Volume I - Price Schedule: The Contractor shall provide pricing for the required services and include in Volume I of their proposal (See Attachment II). Price proposals will be evaluated against other proposals submitted, in-house estimates and the current market prices during evaluations. Evaluation of the contractor's price proposal shall include and evaluation to determine: - Fair and Reasonable Rates and Prices; - Total Maximum Price Submission of Proposals: The Contractor's proposal is due on or before 1:00pm, E.S.T., Tuesday, September 6, 2010. Proposals will be evaluated based on best value to the government. Offerors must submit their final proposals for evaluation. Proposals must be submitted by email to Ms. Collette Scott at collette.scott@gsa.gov in two separate volumes/emails: - Volume I: Price Proposal (Include pricing). - Volume II: Technical Proposal (Response to Synopsis and Evaluation Criteria) "DO NOT SUBMIT PRICING IN VOLUME II - TECHNICAL PROPOSAL" Offeror must submit their proposal to Ms. Collette Scott by email, collette.scott@gsa.gov. For more information, please contact Ms. Collette Scott on 202-731-3021.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d5ef351930f111d69fd8f7df1e9be406)
- Record
- SN04243003-W 20160828/160826234823-d5ef351930f111d69fd8f7df1e9be406 (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 |