Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 28,1998 PSA#2250

General 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