Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2005 FBO #1265
SOLICITATION NOTICE

C -- Supplemental Architect Engineering (A/E) Professional Services for the States of North Carolina and South Carolina

Notice Date
2/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PGB), 401 West Peachtree Street, Atlanta, GA, 30308
 
ZIP Code
30308
 
Solicitation Number
GS-04P-05-EXD-0057
 
Response Due
3/22/2005
 
Point of Contact
Paula Mensah, Contract Specialist, Phone (704) 344-6196, Fax (704) 344-6250, - Cassandra Carey, Contracting Specialist, Phone 404-331-3772, Fax 404-331-4104,
 
E-Mail Address
paula.mensah@gsa.gov, cassandra.carey@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Architect-Engineer Services Solicitation GS-04P-05-EXD-0057 FOUR (4) SUPPLEMENTAL ARCHITECT-ENGINEER CONTRACTS for the state of North Carolina and South Carolina. This proposed contract action is set-aside for Small Business Concerns. The General Services Administration (GSA) proposes to procure Supplemental Architect-Engineer (A-E) Services in accordance with PL 92-582, (Brooks A-E Act) for the states of North Carolina and South Carolina. The Government intends to award up to four (4) contracts under this acquisition. Each contract will include a base year plus four (4) additional one-year unilateral options, which may be exercised at the discretion of the Government. Each contract will have a guaranteed minimum amount of $7,500. The total contract amount for each contract shall not exceed $750,000 per year. Projects to be designed under these contracts will typically have a construction cost under the GSA Prospectus level (currently $2.1 million). The firms selected must have an active production office within the geographic limitations of the States of North and South Carolina, at least 90 days, prior to the date of this announcement and be fully licensed. If the firm is a partnership, corporation, association, joint venture or other legal entity, at least one of the associated firms must satisfy this requirement. The Government's program objectives for these contracts are: 1) Provide architectural and engineering services for repair and alteration projects in the states of North Carolina and South Carolina; 2) enable GSA to supplement its in-house resources by using the designated contract A-E team as an extension of its staff; and 3) provide GSA with expert consulting services for a variety of technical tasks and projects. Under this Contract the A-E may be required to provide the following disciplines: Architectural; Structural, Civil, Geo-technical, Mechanical, Electrical, and Acoustical engineering; Landscape architectural; Interior design; and Cost estimating. Services will also require expertise in the following areas: lighting, elevator, audio-visual, and security design; life safety and fire-protection, courts design, historic preservation, hazardous-material abatement, site-surveys and investigations. The required services may be used to accomplish entire projects or may be used to supplement GSA’s in-house design capabilities. The type of non-specific projects to be performed under this contract which shall be evaluated as similar projects in the procurement include, but are not restricted to: roof repairs of replacement; window repairs and replacement; building façade repointing, caulking and cleaning; installation, repair or replacement of HVAC equipment; installation, repair or replacement of electrical system; installation, repair or replacement of water supply and drainage systems; installation, repair, or replacement of energy management system, electronic security and fire alarm systems; installation, repair or modification of fire sprinkler systems; installation, repair or replacement of elevators and Escalators; interior space alterations including partitions, flooring, suspended ceilings and other finishes and related modifications to electrical, HVAC, and sprinkler systems. The A-E will be required to provide services equivalent to commercial real estate services such as market trend analysis, profitability, and economic analysis. Additional services may includes preparation of a Feasibility Study (FS), Program Development Study (PDS), Design Program (DP), programming or planning activity; or other studies, analysis of specific building's systems or its components. The finished products or services may be bidding and construction documents, detailed cost-estimates, evaluation reports, or other appropriate authentication of the performed services (depending upon the requirements of the services requested). The projects will be designed and constructed in the International System of Units (SI) (Metric) as listed in the Federal Standard 376A, Preferred Metric Units for General Use by the Federal Government, inch-pound system for small projects, or dual system of both inch-pound system and metric system. SELECTION PROCESS: The following definitions apply to all stages in this A-E selection process: A-E Design Firm: The A-E firm will have contractual responsibility for project design and production. In developing the complete project team of consultants required for this solicitation, those offerors selected for the short list are advised that the major consultants (structural, mechanical, electrical, etc.) must also be located within the state of North Carolina or South Carolina. A major consultant is a firm that will receive at least ten (10) percent of the design fee in any one-year period. The A-E selection will be completed in a two-step process as follows: Step I, the principal firm, associated firms, or joint venture partners will be evaluated. Identification of all consultants is not required in Step I. If the A-E Design Firm is a partnership, corporation, association, joint venture or other legal entity permitted by law to practice architecture or engineering, briefly describe the proposed working and legal relationships between its components. The A-E design firm will also identify key staff on the proposed team. The Evaluation Criteria and associated submission requirements for Step I selection is as follows: (1) Past Performance in Providing Supplemental Design Services A. Responsiveness of team to the client's needs and compliance of the team with performance schedules, as demonstrated by narrative and by client references. B. Quality of products delivered by team to the client as demonstrated by narrative and by client references. C. Accuracy of designs, studies, estimates and cost analyses, as demonstrated by narrative and by client references. D. Delivery of like services under previous federal government Indefinite Delivery– Indefinite Quantity contracts. Summarize, in narrative form, the firm’s track record in meeting the needs of 3 previous clients, preferably Governmental, Educational, or Institutional, with regard to performance schedules and level of services required. Provide narrative report, and client references on no more than five (5) design or construction projects, valued greater than $1,000,000. Identify, in narrative form and by client references, no more than five (5) projects and the degree of success in which services were performed. Address, in narrative form your firms experience in providing supplemental A-E services under the IDIQ or similar contracting environment. (2) Experience in Providing Supplemental Design Services. A. Experience in programming and pre-design phase A-E services. B. Experience in designing and implementing successful A-E programs in large government and/or commercial organizations. C. Experience in design phase A-E services. D. Experience in construction phase A-E services. E. Experience in providing A-E services for court facilities. Summarize , in narrative form, how the firm meets the stated evaluated criteria addressing these specific items: The firm’s experience in (a) providing a variety of programming and pre-design phase A-E services during the project life cycle (b) implementing successful programming and pre-design phase A-E services in large organizations (c) providing a variety of programming and pre-design phase A-E services for court facilities during the project’s life-cycle (d) performing multiple pre-design phase standard of each stated criteria. Provide no more than three (3) examples of the studies referenced in the narrative. Finished document, drafts, or excerpts and partial submissions exemplifying scope of the study are acceptable. Documents will be returned after selection process is completed. (3) Qualifications and Experience of Principal Firm, Associated Firms, or Joint Venture Partners Key Personnel. Program Executive, Project Manager, Architectural Design Coordinator, Engineering (MEP) Design Coordinator or equivalent positions. A. Qualifications and commitment of relevant key individuals in each discipline area with the professional qualifications necessary for this contract, i.e., certification by AACE, ASPE, SAVE, etc. B. Qualifications and commitment of relevant key individuals in each discipline area with thorough experience in and understanding of the state of the art technologies necessary for this contract. Summarize the qualifications, professional designation, education, and other significant background information for the key members of the A-E team. For all key personnel, identify the anticipated duties of the person as full-time or part-time, and identify the person as an employee of the CE firm or as an employee of a consulting firm. Summarize the experience of proposed key personnel in designing and implementing successful design and supplemental A-E services programs. Identify program supporting documentation developed by proposed key personnel presenting knowledge and skills requisite for designing and implementing successful A-E programs in large organizations. Express, in narrative form, experience of key personnel in providing a variety of A-E services during the design phase of a project life-cycle. A maximum of five (5) projects should be considered. Express, in narrative form, experience of key personnel in providing a variety of supplemental A-E services during the construction phase of a project life-cycle. A maximum of three (3) projects should be considered. 4) Management Plan A. Organizational approach and leadership commitments to fulfill contract requirements and coordinate teamwork among different offices. B. Background of team in integration of current architectural civil, structural; mechanical, and electrical engineering; cost engineering; and cost management programming technologies for a variety of project types. Knowledge and expertise in use of Computer aided design (CAD), word processing, spreadsheet, and cost estimating software compatible with government. Identify, in narrative form, the firm’s plan for execution of duties to fill the requirements of the contract. Include the firm’s organizational hierarchy, and the methodology planned for aiding the firm in meeting the needs of multiple clients, placing multiple orders, in a multiple number of geographic locations. Identify the background and experience of proposed team members in the application of computer programs and various technologies required in performing A-E functions. After the A-E Evaluation Board reviews the submittals, the Board will select a short list consisting of up to six firms, and will request a submittal from the short-listed firms, as outlined below. Once announced, the short list will be published in the Fedbizopps. Short-listed firms will provide a more detailed qualification submittal. The entire project team, including the A-E design firm selected in Step I, its designated team identified in the first step, and all the consultants who will work on the project will be evaluated. The A-E design firms will submit Standard Forms 330 for each firm that is part of the proposed team. A Management Plan, including an organizational chart, demonstrating the team’s capability to manage multiple projects in diverse parts of the Region will also be required. It is not necessary to re-submit information submitted in Step I. Sufficient time will be provided for the A-E design firm to establish their complete team of consultants. At a minimum, the project team will be required to demonstrate previous experience in, and understanding of, Federal building design including building types with complex programmatic requirements such as courthouses, and include consultants specializing in those areas. Emphasis will be placed upon A-E CAD capabilities, expertise and knowledge of local procedures and markets, staff size with the capabilities to handle multiple tasks within a short time period and consultant distribution where minimizing the number of firms would simplify the administration of contract. An interview with each project team will be included in this stage. When selected for an interview, the A-E Firm shall be prepared to discuss all aspects of the evaluation criteria indicated above and to demonstrate the ability to fulfill all contract requirements. FOR STEP ONE SUBMITTALS: Firms having the capabilities to perform the services in this announcement are invited to respond by submitting five copies of Standard Form 330 Part II which must be dated not more that twelve (12) months before the date of this synopsis along with five copies of letter of interest and the portfolio TO: General Services Administration, 401 West Peachtree Street NW, Suite 2513, Atlanta, Georgia 30308, Attention: Paula Mensah, by 3:00 PM local time on March 22, 2005. Please address inquiries to Paula Mensah, Contracting Officer at 404-331-2748 or by e-mail paula.mensah@gsa.gov. A total of five (5) copies should be submitted. The following information must be on the outside of the sealed envelope 1) Name and Address of the firm, name of the contact person with phone number and fax number,2) Solicitation Number/Title,3) Due Date,4)Closing Time. Late responses are subject to FAR 52.215-1©(3). Contracts will be procured under the Brooks A/E Act and FAR Part 36. This is not a Request for Proposals. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-FEB-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 12-MAY-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/4PCB/GS-04P-05-EXD-0057/listing.html)
 
Place of Performance
Address: Various Locations within the States of North Carolina and South Carolina
Country: USA
 
Record
SN00806496-F 20050514/050512214613 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.