Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
MODIFICATION

C -- COMMISSIONING AND EXPERT PROFESSIONAL SERVICES

Notice Date
7/13/2005
 
Notice Type
Modification
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Physical Capital Asset Management Division (PGE), 1800 F Street, NW, Room 4302, Washington, DC, 20405
 
ZIP Code
20405
 
Solicitation Number
GS-00P-05-CY-0156
 
Response Due
8/1/2005
 
Archive Date
8/15/2006
 
Point of Contact
Paris Marshall, Contract Specialist (Contractor), Phone 202-219-1368, Fax 202-501-3836, - Regina Crews, Contracting Officer, Phone (202) 208-9990, Fax (202) 501-3836,
 
E-Mail Address
paris.marshall@gsa.gov, regina.crews@gsa.gov
 
Small Business Set-Aside
Partial Small Business
 
Description
The General Services Administration (GSA), Public Buildings Service (PBS) Physical Capital Asset Management Division (PGE) is seeking contractors to provide Nationwide Commissioning and Expert Professional Services. A total of eight (8) National Indefinite Delivery - Indefinite Quality (IDIQ) contracts will be awarded pursuant to procedures established by the Brooks Act and FAR Subpart 36.6, with a base year and four 1-year options, for a total of five (5) years. Of the 8 potential awards, 4 will be unrestricted, inviting any combination of large and small business ventures. The remaining 4 awards will be 100% small business set-asides for key building services, such as commissioning, project development services, and construction management. All contractors are required to provide supporting specialty consultant subcontractors, which can be large or small business. All contracts will be nationwide in geographic scope (i.e. all States and U.S. Territories) and will support all GSA Regional Offices, the GSA Central Office, and GSA Centers of Expertise. Other Federal agencies may also use this contract, subject to authorization by the involved GSA Contracting Officer. Market Analysis: A Sources Sought Notice (GS-00P-05-CY-0091) was published in FEDBIZOPPS on March 9, 2005, inviting small and other than small businesses to participate in a market analysis to determine the capability and availability of firms to provide nationwide commissioning, architectural, engineering and construction management services. Over 50 firms responded by the closing date of March 24, 2005. As a result, it has been determined that this requirement can be partially set-aside for small businesses. Description of Services: The Contractors shall provide all management, supervision, manpower, administrative support, materials, supplies, and equipment. The Contractors shall plan, schedule, coordinate and ensure the full, effective, efficient and economical performance of all services stated below: Key Service - Commissioning activities shall include, but not be limited to, professional and technical services required for quality assurance and quality control of a project's functional expectations. Key Service - Construction Management activities shall include providing all oversight, management support, documentation, for project/contract adherence to design requirements, cost management, and schedule control, as characterized by the Construction Management Association of America (CMAA). Additional expertise must be available to coordinate required diagnostics, and value engineering services. Key Service - Project Development activities shall include, but not be limited to environmental assessments and analyses, conducting Feasibility Studies, Program Development Studies, and master-planning services. These Services may include Architecture and Engineering (A/E) Services that require performance by licensed architects and/or registered engineers or their employees. Project Design Services are NOT included as part of this procurement, except as considered incidental to conducting planning stage analyses and interacting with other project delivery team designers. Expert Professional Services shall include, but not be limited to the following Building Science Disciplines: - Sustainability/Environmental Impact (energy efficiency, water conservation, indoor environmental quality, contaminant control, recycled materials, and construction waste management); - Workplace Performance (space flexibility, aesthetics/sense of place, indoor environmental control, healthy conditions, contaminants, etc.); - Physical Security; - Blast Resistance; - High-Wind Resistance; - Seismic Safety; - Fire Safety; - Historic Preservation; - Accessibility; and - Building Operations & Maintenance (durability, reliability, replacement cycles, operating costs). The Building Science areas referenced above shall be addressed in the context of project planning tasks (design programming), optimizing design selections (considering different performance/building characteristics, and life cycle cost impacts), preparing design/construction contract documents, and supervising construction (construction management, quality control inspections/tests, and turnover services). Contractor knowledge must include not only an expert command of design principles and methods, but code requirements and lessons-learned systems characteristics/capabilities. Diagnostics expertise is required for building systems, subsystems, components, equipment, and materials - addressing such critical features as building walls/glazing, roofing, raised access flooring, structures/framing, HVAC equipment, plumbing, electrical systems, building automation/controls, security systems, fire suppression/alarm, communication systems, and elevators/lifts. Deliverables: The Contractor shall be able to provide the following deliverables: Criteria/Policy Development Services. The Contractor may be tasked to develop GSA design standards, guidelines, and computer-based tools related to planning, design and construction services. Examples of possible criteria documents include the "Facilities Standards for the Public Buildings Service," "Project Estimating Requirements," "Value Engineering Program Guideline," and the "Border Station Design Guide." Associated with criteria development, Contractors may be tasked to perform technology assessments and various professional service cost studies to identify program goal impacts. Planning Stage (Pre-Design) Services. The Contractor must be able to perform the following types of project development services: - Feasibility Studies (preliminary planning project alternative assessments); - Environmental Impact Statements/Assessments; - Program Development Studies (PDS); - Building Engineering Reports (Existing Conditions Studies); - Master Plan Assessments; - Planning Stage Value Engineering; - Site Selection Studies; - Historic Preservation Plans; - Energy Conservation Audits; - Fire Safety Assessments; - Risk Assessments; - Blast Resistance Studies; - Progressive Collapse Assessments; and - Seismic Safety Studies. Associated with these services, the Contractor may be required to offer a variety of diagnostic testing services (e.g. thermography, equipment load measurements, acoustic performance, lighting quality, air/water conditions, and contaminant level measurements). Design Stage Services. The Contractor must be able to perform the following services: - Prepare Architect-Engineer Scopes of Work; - Develop Commissioning Plans; - Create Request for Proposals documents; - Conduct Independent Construction Cost Estimates; - Provide design reviews (Owners, Code, and Constructability); - Enhance and Maintain criteria/cost databases (and associated computer programming); - Conduct project planning, and concept/design-development Value Engineering services; - Define construction stage commissioning of overall building performance goals; and - Define performance standards for features/systems that contribute toward overall building performance goals. Construction/Turnover Stage. Post Occupancy Evaluations/Research. The Contractor may be required to conduct/participate in Post Occupancy Evaluations, Facilities Performance Evaluations, technology application assessments, and/or Re-Commissioning services. Required Skills: Besides technical capabilities, skill sets must include the ability to analyze complex building system interdependencies, facilitate integrated discussions/decision making, and communicate clearly (both in writing and orally). All team members must understand Life Cycle Cost analyses and methods. Team members must be able to use computer-based tools typically associated with GSA projects. All Contractor team members must be facile in the Microsoft Windows Professional suite of software applications. Team members must be familiar with Dr. Checks software, as supported by the Army's Construction Engineering Research Laboratory (CERL). Familiarity with GSA's Project Planning Tools (PPT) website (www.projectplanningtools.org) is desirable. Expertise must also be available in Computer Aided Design (CAD) software, which could involve 3-D and 4-D applications. The ability to program/maintain Internet websites, and to create/use large databases may also be required. Architecture and Engineering (A/E) Services require performance by licensed architects and/or registered engineers of their employees. Disciplines: Involved commissioning and professional services disciplines may include: Architecture, Landscape Architecture, Interior Design, Structural and Geotechnical, Civil, HVAC, Plumbing, Fire Safety, Elevator, Electrical (Power and Lighting), Security, Food Service, Property Management, Construction Management, Value Engineering, and Cost Estimating. Location: GSA renovation and new construction projects are located throughout the United States and may include: Federal Office Buildings, Federal Courthouses, Border Stations, Laboratories, Warehouses, Childcare Facilities, and other types of real property improvements. Although not required, it is considered advantageous for the prime contractor (or its subcontractors) to have offices located near the GSA Regional Offices where performance of work will occur. 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 (http://www.gsa.gov/pbs/pc/og_files/pc_regns). Performance Period: The contract performance period is for a twelve-month base year with 4 one-year options, for total possible contract duration of 5 years. Performance shall commence upon issuance of a Notice to Proceed following award of the contracts, and issuance of individual Task Orders for specific projects/tasks. Task Orders: Upon award, all services will be procured through the issuance of individual task orders, each defined by a separate scope of work. Contractors will be provided a fair opportunity to be considered for each task order exceeding $2,500 as provided in 48 C.F.R. 16.505. In deciding which Contractor should receive award of a task order, consideration shall be given, among other things, to: - The anticipated price or cost of the work to be performed; - Experience of the Contractors in performing work similar to that required by the task order scope of work; - Past Performance of the Contractors under the Contract, including quality, timeliness and cost control; - Minimum order requirements, if applicable; and - Existing Contractor workload and the potential for issuance of further task orders to interfere with existing workload. The agency reserves the right to request task order proposals from multiple Contractors. Evaluation Factors for Award: The evaluation factors for award are Specialized Experience and Technical Competence; Capabilities of Firm; Professional Qualifications; and Past Performance. All competing firms shall use the Standard Form 330. The contractor will be evaluated for selection based on the evaluation criteria below: Factor I: Specialized Experience and Technical Competence (Total: 30%). (A) Compatibility of the team's previous experience to the type of work required herein (10%) (B) Does the proposed team have experience with sustainability issues? (10%) (C) Does the proposed team have experience with security issues? (10%) Factor II: Capabilities of Firm (Total: 30%). (A) Location of team offices, sufficiency of staff and technical resources available (and not committed to other contracts) to undertake performance of this contract. (10%) (B) Does the team have background to integrate current technologies and building disciplines, including architectural, civil, structural, mechanical, electrical, interior, court planning, laboratories, food service, space planning, historic preservation, fire protection and life safety, hazardous materials, security, communications, lighting, acoustics, elevators, roofing, and landscaping? (10%) (C) If the firm is a large business, does the firm's past performance indicate their use of small, small disadvantaged, and small women-owned business concern participation in the performance of their contracts? If the firm is a small business, it will automatically receive the maximum possible score for this subfactor. (10%) Factor III: Professional Qualifications (Total: 20%). (A) Does the proposed team commit the relevant key individuals in each discipline area with the professional qualifications in understanding state of the art technologies, necessary for this contract? (5%) (B) Does the proposed team commit the relevant key individuals in each discipline area with the experience in understanding state of the art technologies, necessary for this contract? (5%) Factor IV: Past Performance (Total: 20%). (A) Based on the examples, is the team responsive to the client's needs and does the team comply with performance schedules? (10%) (B) Do the examples submitted by the team indicate effective cost control and an in-place Quality Control Program and the facilitation skills to work with a wide variety of competing program goals? (10%) The evaluation factors are in descending order of importance. If selected for an interview, the Firm shall be prepared to discuss all aspects of the Evaluation Criteria indicated above and to demonstrate the ability to fulfill all contract requirements. Due to the nature of this project, strong oral and written communications will be evaluated in each subfactor above. Business Size Standard: This is a Partial Small Business Set-Aside. GSA, PBS will set-aside four (4) contracts as 100% total small businesses set aside for Key Service areas, addressed above. Small businesses shall indicate which key service areas they wish to be considered for award under. GSA will evaluate small business set-aside offers using the evaluation factors referenced above with respect to the key service area involved. The Primary NAICS Code is 541618, Management Services (For small business purposes: $6M in annual gross receipts for a period of three years or 500 Employees). The Prime Contractor must also specialize in Architecture, Engineering and Construction Management to successfully meet the requirements under the contract (in-house capabilities are not required however, the contractor must demonstrate a strong relationship w/ those providing the specialized services in its proposal). Other NAICS codes relating to this requirement are 541330, 541310, 541618 and 233320. (Key industry sources that could lead involved teams, as a Prime Contractor, include: Commissioning Consultants, Architecture-Engineer Design Firms and Construction Management Firms). Consultant support sources include specialties related to program goals and/or specific building systems/features. Submitting firms must indicate their size status and that of their sub-consultants. Large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum extent practical with small, small disadvantaged, and small woman-owned firms as part of their original submitted team. Before award of the contract, the Firm (if not small business of $6M gross average) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the U.S. General Services Administration, Public Buildings Service has established for fiscal 2005 subcontracting goals of 29% for small business, 11% for total small disadvantaged businesses (SDB), 5% for woman-owned, 1% for Section 8(a), 10% for other small disadvantaged businesses, 3% for HUBZone and 3% for service-disabled veteran-owned. Minimum Guaranteed: The Minimum Guaranteed Order amount is $5,000 for the base year per contract. Maximum Ordering Limitation: Each "Other than Small Business" IDIQ contract will have a $6.0M Maximum Ordering Limitation (MOL) for the base year and each option year, for a total Maximum Order Limitation of $30,000,000 for five years. Each Small Business IDIQ contract will have a $3.0M Maximum Ordering Limitation (MOL) for the base year and each option year, for a total Maximum Order Limitation of $15,000,000 for five years. Award of a Contract is contingent upon a successful audit and negotiation of labor rates and overhead and profit allowances. Task orders are subject to the fund availability at the time of award of the task order. The contracts to be awarded hereunder are procured under the Brooks Architect-Engineers Act of 1972 (Pubic Law 92-582) and FAR Part 36.6. Submission of Qualifications: Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting a completed Standard Form 330 - Architect - Engineer Qualifications on or before 3:00 pm Eastern Daylight Time on August 1, 2005. Responses shall be addressed to: General Services Administration (GSA), Public Buildings Services (PBS), 18th and F Street, NW, Room 4302, Washington, DC 20405. Facsimile copies of the submittal will not be considered. It is the responsibility of the offeror to ensure that its submittal is received in a timely manner at the address designed above. Interested firms meeting the requirements described above must submit six (6) completed copies each of U.S. Government Standard Form 330, Parts I and II including any supplemental information necessary to further address the Selection Criteria. The following information MUST be on the outside of the sealed envelope: (1) Solicitation Number/Title, (2) Due Date and (3) Closing Time. Only firms responding by the specified time will be considered for selection (Late responses are subject to FAR Provision 52.215-1). All contractors must be registered in Central Contractor Registration (CCR) database to be considered for an award. Contractors may obtain information on registration via the internet at www.ccr.gov or by calling 1-888-227-2423. All questions concerning this announcement shall be directed to Ms. Paris N. Marshall (paris.marshall@gsa.gov) at (202) 219-1368 or the Contracting Officer, Regina Crews (regina.crews@gsa.gov) at (202) 208-9990. ----------------------------------------------------- AMENDMENT NO. 1 July 13, 2005 The due date for questions under Solicitation No. GS-00P-05-CY-0156 is Monday, July 18, 2005 @ 4:00p. All questions must be submitted in writing and emailed to Paris N. Marshall at paris.marshall@gsa.gov. (NO TELEPHONE CALLS PLEASE).
 
Place of Performance
Address: Washington, DC
Zip Code: 20405
 
Record
SN00846678-W 20050715/050713212756 (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.