Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2006 FBO #1571
SOLICITATION NOTICE

C -- Supplemental Architect-Engineer Services

Notice Date
3/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PG), 401 West Peachtree Street, Suite 2500, Atlanta, GA, 30365
 
ZIP Code
30365
 
Solicitation Number
GS-04P-06-EXD-0082
 
Response Due
4/14/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The General Services Administration (GSA) proposes to procure Supplemental ARCHITECT-ENGINEER (A-E) Services in accordance with PL 92-582, (Brook?s Act) for the states of Florida, Alabama, Georgia, Tennessee, Mississippi, Kentucky, North Carolina and South Carolina. These services shall be procured via an individual task order and on an as need basis. The Government intends to award up to four (4) stand-alone Indefinite Delivery Indefinite Quantity (IDIQ) contracts under this acquisition. Each contract will include a base year plus four (4) additional one-year options which may be exercised at the discretion of the Government. Each contract will have a guaranteed minimum amount of $1,500 per year. The maximum contract amount for each contract shall be a not to exceed amount of $1,500,000 per year. Each contract will be awarded based upon a primary and secondary geographic location. Primary and secondary geographic locations are as follows: Offerors must specify which primary location(s) the offeror would like to be considered. (1) Florida is a primary state and the secondary states are AL, GA, TN, MS, KY, NC, and SC. (2) Alabama & Mississippi are primary states together and the secondary states are FL, GA, TN, KY, NC, and SC. (3) Georgia is a primary state and the secondary states are FL, AL, TN, MS, KY, NC, and SC. (4) Kentucky & Tennessee are primary states together and the secondary states are FL, AL, GA, MS, NC & SC. Projects to be designed under this contract will typically have a construction cost under the Prospectus level (currently $2.2 million). The firms selected must have an active production office within one of the following states of Florida, Alabama, Georgia, Tennessee, Mississippi, and Kentucky at least 45 days after contract award 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 Florida, Alabama, Georgia, Tennessee, Mississippi, Kentucky, 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 or replacement; window repairs and replacement; building facade re-pointing, 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 include 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 require 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 document 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 states of Florida, Alabama, Georgia, Tennessee, Mississippi and Kentucky. 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: In STEP I, only the key staff of 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. In STEP II the entire team?s capabilities to perform a full range of A-E services will be evaluated. The Evaluation Criteria and associated submission requirements for STEP I selection are as follows: (1) Past Performance in Providing Supplemental Design Services A. Responsiveness of firm 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 firm 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. Firm deliver multiple projects within tight time frame schedules. E. Delivery of like services under previous federal government contracts, including Indefinite Delivery Indefinite Quantity contracts, as well as other similar contracting environment. Summarize, in narrative form, the firm?s track record in meeting the needs of three (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. F. Experience in performing multiple projects concurrently. 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 Key Personnel of Principal Firm, Associated Firms, or Joint Venture Partners (Program Executive, Project Manager, Architectural Design Coordinator, Engineering (MEP) Design Coordinator or equivalent positions). The rest of the project team will be evaluated as part of Step II. 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 extensive experience in and understanding of the state-of-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 firm. 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 A-E 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 firm 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 firm 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. Once announced, the short list will be published in the Fedbizopps. FOR STEP I SUBMITTALS: This procurement is open only to small businesses. The A-E service code is C211 and the NAICS code is 541310. The size standard is $4.5M. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting five (5) 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 (5) copies of a letter of interest to: General Services Administration, 401 West Peachtree Street NW, Suite 2513, Atlanta, Georgia 30308, Attention: Linda F. Lockett, by 3:00 PM local time on April 14, 2006. Please address inquiries to Linda F. Lockett, Contracting Officer at 404-331-4624 or by e-mail linda.lockett@gsa.gov. 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 of services (GS-04P-06-EXD-0082), 3) Due Date, 4)Closing Time. Late responses are subject to FAR 52.215-1(3). Contracts will be procured under The Brooks Act and FAR Part 36. No fax copies will be considered. THIS IS NOT A REQUEST FOR PROPOSALS.
 
Place of Performance
Address: Florida, Alabama, Georgia, Tennessee, Mississippi, Kentucky, North Carolina and South Carolina
Country: US
 
Record
SN01006116-W 20060316/060314212603 (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 |
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.