|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 28,1998 PSA#2250General Services Administration, Public Buildings Service, 450 Golden
Gate Ave, San Francisco, CA 94102-3434 C -- ARCHITECT/ENGINEER AND PROFESSIONAL MANAGEMENT SERVICES SOL
GS-09P-99-KZC-0002 DUE 020199 POC John Stegner, Contracting Officer,
(415) 522-3227 E-MAIL: Contracting Officer (415) 522-3227,
john.stegner@gsa.gov. Architect/Engineering and Professional Management
Services, Solicitation No. GS-09P-99-KZC-0002 for An Assessment of the
Organizational Culture, Work Processes, and Workplace Design
Alternatives for the Public Buildings Service, San Francisco,
California. Points of Contact: Mr. John D. Stegner, Contracting
Officer, telephone (415) 522-3227, or Mr. Leslie C. Yamagata,
Contracting Officer, telephone (415) 522-3296. Overview: The US General
Services Administration, Public Buildings Service (PBS) requires a
survey and assessment of the organizational culture at its regional
office, located at the Phillip Burton Federal Building and Courthouse,
450 Golden Gate Avenue, San Francisco, CA. This assessment will
support PBS' plans to reconfigure selected work areas in support of
performance measures established in the new PBS business plan as well
as to take advantage of innovative work environment concepts. As part
of this assessment, PBS will require the identification of which of its
business lines, processes, and personnel are best suited to take
advantage of different work environments. PBS Regional Office Features.
PBS is one of three major services of the Agency. PBS is housed on
one-and-a-half floors (3rd and half of 4th) in the subject Federal
Building. There are approximately 375 employees who work on these
floors, which comprise approximately 90,000 square feet in aggregate.
The space layout is traditionally organized. The work areas consist of
a combination of traditional private offices and modular workstations.
Some employees work in teams, while other personnel work independently.
A significant percentage of employees have frequent dealings with other
Federal agency representatives, GSA field personnel, private
contractors, and the public. Objective. PBS is planning to conduct a
demonstration project which is scheduled to be up and running
approximately 8-12 months prior to May 2000, the date set for an
international conference on technology and office environments to be
held in San Francisco. Thisdemonstration project would take advantage
of new and innovative office designs and related technology. It will
not only assist PBS in determining what concepts and technologies work
well within the Agency, but will also provide a means of marketing
alternative work environments to GSA's client agencies. The assessment
may also provide a starting point in transitioning all employees to a
new workplace environment and changing the "corporate" culture, to
inextricably link it with individual and group productivity,
streamlined processes, and performance measures. Assessment Work Items.
In order to ascertain the impact of culture and management systems with
respect to organizational goal achievement and workplace design, the
Contractor shall be responsible for the following aspects of said
assessment. The Contractor shall propose innovative means in which to
collect said data (e.g., focus groups with employees, management, and
union representatives, benchmarking and researching organizations in
similar "industries") and provide the Government with specified
methodologies and practices contained in an action plan which shall be
agreed to by the Government prior to implementation. The assessment
work items include the following: (1) Identify the Assessment Model
that will be used to define and determine the organizational culture.
Implicit in this assessment is an evaluation of the assessment
methodology. (2) Identify GSA's current organizational culture. (3)
Identify potential problem areas in changing all or parts of GSA's
culture to take advantage of innovative work environments and recommend
means to overcome these problems. (4) Develop recommended means and
schedules for adapting innovative work environments to GSA's business
plan and related processes. Provide guidance for including employees in
planning and the decision-making process. Business Processes and Other
Items. (1) Identify GSA work processes best suited to innovative work
environments. (2) Identify those work processes, which are not
amenable to transitioning to an innovative work design model. (3)
Identify specific individuals or business lines best suited to
participate in the demonstration project. Recommend schedule/order for
converting work areas to innovative work environments. Prepare block
plans to illustrate proposed locations of each work group/unit/business
line. Costs of these changes should be estimated and provided as a
deliverable. Deliverables. The deliverables shall consist of a cultural
change implementation plan, a report of the facility implications of
change in the organizational structure and illustrated by a block plan,
communication linkages, and cost of these changes. It will also include
a summary of work processes, and how they relate or correspond to
meeting the performance measures outlined in the business plan. The
report shall also explain how the innovative design solution(s)
supports the business needs of the organization. Option for Additional
Services (Phase II). When management consensus is reached and the
above report is accepted, the cultural change plan can begin
implementation (with the consultant's active involvement) and the
agreed to design can be finalized with construction-type documents and
furniture specificaitons. A set of guidelines for use of the new
environment will be developed and communicated to employees through
small group settings. Additional work may include the following items:
(1) Identify the space needs of the entire PBS regional office. (2)
Master plan the remainder of the PBS space to determine where staff
will be located to accomplish the relocation of the target group(s).
One of the goals of this master plan will be to conslidate space in the
building and to identify potential space available for use by other
agencies. (3) Prepare three alternative concepts for the design of the
target group(s). Each design shall be accompanied by detailed cost
estimates. Project Schedule. The Phase I report shall be due
approximately 60 calendar days after issuance of notice to proceed. GSA
desires to have Phase II completed and in place within approximately
180 calendar days. Budget. The report, design, and construction of the
project is estimated to be between $400,00 and $700,000. GSA is
looking for a team blending change management/organizational behavior
and development/communications/business re-engineering with facility
management/architecture and interior design. The A/E selection will be
completed in two stages as follows: STAGE 1: The first stage will
establish a short list of 3 to 5 firms that are determined to be most
qualified based upon their responses to the evaluation criteria
described in the following paragraph. Interestd firms shall submit a
qualifications package incorporating its response to each of the
evaluation criteria. The evaluation criteria in the first stage (listed
in descending order of importance) are as follows: (1) Professional
Qualifications and Specialized Experience. (a) Provide an overall
description of the proposed team: the names, roles and reporting
relationships ofeach team member and the name of the firm with which
that individual is employed. Provide a resume not to exceed one page
for each key person proposed for this project. List education,
training, qualifications and experience relative to the roles they will
be filling on this project. Offerors are to include any professional
qualifications and experience on similar projects and a list of
relevant project experience for each proposed member. (b) The firm
employing the proposed team member shall provide a written
certification that the proposed team member will be available to work
on this project. (2) Past Performance. Provide a maximum of five
similar projects the proposed team members have completed within the
past 5 years. Give the name and location of the project, the point of
contact and phone number, the fee, size, and the start and completion
dates. Provide a one-page description of the project with a maximum of
three graphic examples of work accomplished. Similar projects must
include a detailed analysis of the client's culture and organization
and cultural change activities. The information provided in past
performance is subject to verification by the Government. (3) Capacity.
Provide information which establishes the size of the offeror's firm as
well as its key consultants. Provide information which shows that
current workload will not prohibit the timely completion fo this
project. Give addresses and phone numbers for offeror and all key
consultants. Previous Federal Government experience, particularly with
GSA in relation to the subject requirement, may provide for additional
points in relation to scoring. STATE 2: In stage two of the selection,
the short-listed firms will be invited to give an oral presentation,
approximately one hour in length, to profile its design team for the
subject project, highlight its accomplishments relative to innovative
work environments, and describe its size and capabilities. This
procurement is issued pursuant to the Small Business Competitiveness
Demonstration Program and is open to large and small business concerns.
The government recognizes the talent existing in smaller firms and
encourages their participation in the federal procurement process.
Interested firms are invited to attend a pre-submittal conference to
discuss the project requirements and the selection process. The
conference will be held on Tuesday, January 19, 1999, at 2:00PM in the
Pacific Conference Room (Room No. 0189) on the 5th Floor (near the
west bank of elevators) at the Phillip Burton Federal Building & US
Courthouse, 450 Golden Gate Avenue, San Francisco, CA. Potential
offerors should notify John Stegner at (415) 522-3227 or Leslie
Yamagata at (415) 522-3296 no later than 14 January 1999 (close of
business) if they are interested in attending the pre-submittal
conference. Interested firms having the qualifications to meet the
Government's requirements are invited to submit three (3) copies of the
requested information along with a letter of interest (identifying this
announcement by Solicitation No. GS-09P-99-KZC-0002 not later than
close of business on February 1, 1999 to the following address: Mr.
John D. Stegner; GSA, PBS San Francisco Service Center; Construction
Services Branch (9PEC); 450 Golden Gate Avenue, 3rd Floor East; San
Francisco, CA 94102-3434. Try to keep the submittal package to less
than 50 pages. Transmission of the submittal package by facsimile or
e-mail/internet will not be accepted. Award of this contract is
contingent upon funding approval and successful contract negotiations.
This is not a Request for Fee Proposal. Posted 12/23/98 (W-SN283327).
(0357) Loren Data Corp. http://www.ld.com (SYN# 0025 19981228\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|