Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2007 FBO #1896
MODIFICATION

C -- Provide A/E Services

Notice Date
2/2/2007
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Manhattan Service Center (2PMC-M), 26 Federal Plaza, Room 1655, New York, NY, 10278, UNITED STATES
 
ZIP Code
10278
 
Solicitation Number
GS-02P-07-PVD-0016
 
Response Due
3/20/2007
 
Point of Contact
Leslie Jones, Contracting Officer, Phone (212) 264-9760, Fax (212) 264-7353, - Edna Clark, Contract Specialist, Phone 212-264-9484, Fax 212-264-3567,
 
E-Mail Address
leslie.jones@gsa.gov, edna.clark@gsa.gov
 
Description
Amendment No. 1 is issued to change the RFP Date from 3/18/2007 to 3/20/2007. General Services Administration, Public Building Service, Tenant and Property Operations, Manhattan Acquisition Unit, 26 Federal Plaza, Room 1655, New York, New York, 10278. The General Services Administration, Public Building Services (GSA/PBS), Tenant and Property Operations, Manhattan Acquisition Unit (2POA-M) has a requirement for architectural and engineering services and anticipates awarding three (3) Indefinite Delivery Indefinite Quantity (IDIQ) type contracts as a result of this synopsis. It is anticipated that the maximum quantity required for these contracts will be $5,000,000. The Government will order a minimum of $2,500 in Architectural and Engineering Services. Competition for this solicitation will be full and open with preference given to eligible HUBZone, 8(a) and Service-Disabled Veteran-Owned Small Business firms. If no HUBZone, 8(a) and Service-Disabled Veteran-Owned Small Business firms meet the minimum requirements set forth herein, award shall be made to the highest qualified firm, regardless of their small business status. The contractor shall be required to provide supplemental term architectural and Engineering (A/E) Services that includes Pre-Design Surveys, Design Supporting Services with optional Post Construction Contract Services (PCCS), Construction Inspection Services (CIS) and As-built Document Services for planning, design, architectural/engineering including building evaluation of public buildings for a term of one year with four (4) unilateral one (1) year options under a Firm Fixed Price, Indefinite Quantity Contract for Repairs, Alterations and New Construction projects located primarily in White Plains, Yonkers, Counties of Rockland and Westchester and Manhattan. The A/E Services shall include other disciplines of Professionals in Mechanical, Structural, HVAC, Electrical, Civil, Interior Designer Estimator, CAD Operator, Fire Safety Experts, Elevator/Escalator Experts, Historic Preservationist, Asbestos Consultants, INS/Homeland Security Experts, Acoustical Experts, Seismic Experts, Environmental Experts, Telecommunication Experts and Geotechnical Experts and one or more may be Licensed and/or Certified to perform the trade work. The A/E is expected to be capable of providing architectural and engineering services for modernization projects. Minor architectural projects under the proposed Term Contract will be predominantly architectural & engineering, with associated mechanical and/or electrical and/or structural work. The A/E services will include but are not limited to: Survey or existing conditions and Feasibility Study and investigations, site selection, Planning and Program studies, preparation of Construction Contract documents, specifications, Cost estimates and all other Optional Services included in the Contract. The budget assessments may include cost analysis as well as cost estimating. The A/E Team must have the ability to provide services for the projects involving demolition and/or hazardous material abatement. Projects may involve work in historic buildings. The A/E Team shall use and prepare Computer-aided drafting (CAD) for all project drawings. Drawings shall be in a format, which can be used directly (without converting) by GSA-PBS CAD Standards software supported by CAD desktop software (Autodesk AutoCAD). Computer drawings are to be created with no add-on features or software packages that would affect GSA's ability to open, modify or plot drawing files. Only the standard features of AutoCAD shall be used. Each drawing file shall stand alone, or if another file is referenced, that file shall also be submitted to GSA. Drawing representations shall be in 2D drawings. As a supplement to 2D drawings, three-dimensional drawings are acceptable. Layering shall be, to the extent possible, as specified by the American Institute of Architects (AIA) in the publication "CAD Layer Guidelines". [Optional: Drawings may be formatted and integrated as specified by the AIA's ConDoc methodology.] The Contractor shall list approved deviations in the Deliverable Readme Microsoft Excel workbook required with every submission. The contractor shall consult with the Regional CIFM Manager regarding current PBS-accepted versions prior to all submissions. Project documents will be in metric format with enclosed English system format. All work shall comply with the most recent edition of the Facilities Standards for the Public Buildings Service, PBS-PQ100.1, along with all GSA criteria, Standards established by the Secretary of the Interior (NHPA) and National Building Codes referenced therein. For Handicapped Accessibility, in addition to the requirements of the Uniform Federal Accessibility Standards (UFAS), all work shall comply with the requirements of Title III of the Americans with Disabilities Act (ADA). If there is a conflict between the UFAS and ADA Title III requirements, the more stringent requirement shall prevail. All Security projects shall meet and/or exceed with the Latest Standards established by the INS/Homeland Security Administration. Joint Venture or Firm/Consultants' proposals will be considered and evaluated on the basis of their demonstrated skills, abilities and experiences of the members to provide and perform coordinated efforts for the Architectural/Engineering functions, including other disciplines, in an efficient manner with minimum layers of management. Maximum order limitation shall not exceed $5,000,000.00 during the base period or any option year. The minimum guarantee under this contract is $2,500 for the base year and each option year. Firms responding to this announcement must do so in accordance with the evaluation criteria listed at FAR 36.602-1. This will be a negotiated procurement issued in accordance with Public Law 92-582, The Brooks Act. Firms responding to this announcement must also submit the completed Document Security Notice to Prospective Bidder/Offerors. The evaluation criteria will be as follows: A. TECHNICAL EXCELLENCE (35%): The design firm including their sub-team and/or partner firm and/or joint venture firm shall demonstrate technical excellence of the firm in design for their Professional work for the following trades: Architectural, Structural, Mechanical, Fire & Safety, Historic Preservation, Handicapped Facility, Civil, Electrical, Security and Elevator/Escalator including but not limited to Asbestos work. The team must demonstrate and provide evidence that they have experience working with Federal, State and City Government in the Geographic locations mentioned herein and shall provide a list of projects and illustrate with samples. The firm must also demonstrate that they have necessary experience in using project management strategies when meeting a project timeframe as it relates to the A/E schedule, budget, and quality performance goals. B. PROJECT TEAM AND THEIR PROFESSIONAL QUALIFICATIONS (25%): The design team must possess registered personnel with experience in the following disciplines: Architectural, Structural, Mechanical, Electrical, Civil, Land Surveying, Geotechnical (Soils Engineer), Fire Protection Engineer and Environmental. The design team must possess registered professional or the ability to provide registration compliance within White Plains, Yonkers, Counties of Rockland and Westchester and Manhattan. The firm including their consultants and/or joint venture must demonstrate that they have experience with all environmental laws, knowledge of local codes, permits, practices, safety requirements and construction materials within White Plains, Yonkers, Counties of Rockland and Westchester and Manhattan. Address the proposed method of carrying out the work to meet the anticipated project requirements. Firms must show that they have experience with present staff members as well as other A-E firms specifically on projects addressed in evaluation factor (A). Firms must show capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to meet unexpected project demands. C. DESIGN ABILITY (10%): Provide four projects concurrently with Visual and narrative evidence of Team's ability with respect to innovation design solutions, including development of various concepts and alternative approaches, with emphasis on major projects accomplished within a, either, Federal and/or State and/or City Facilities. The design team must also demonstrate they can accurately estimate the construction project within 6% statutory limitation regulations. The firm will be evaluated in terms of their current workload along with their projected project team workload. The design team must also provide a plan and a schedule on how they propose to accomplish the work. Provide names of the key personnel as an individual and as a team in an organization chart, roles of key personnel, availability and commitment of key personnel, value engineering and management plan. D. PAST PERFORMANCE (10%): Provide and illustrate examples of specific projects, including past and/or current projects performed with the Federal, State, and/or City Government Agencies and/or private industry. Provide specific examples of constructability & bid ability reviews, cost control and estimating performance on past projects and how the mission/goal was accomplished of an organization. E. QUALITY CONTROL PROGRAM (10)%: The A/E firm will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications-list key personnel responsible. The A/E firm and their subs including joint venture firms shall demonstrate knowledge of life cycle cost analysis and energy conservation. The A/E firm shall demonstrate that they are willing to devote their facilities to the contract work in terms of providing qualities important to successful performance including having necessary equipments and GSA compatible computer hardware/software programs to execute the uninterrupted work. F. GEOGRAPHICAL LOCATION (10%): Consideration will be given to interested firms with an 80% of all action production office within White Plains, Yonkers, Counties of Rockland and Westchester and Manhattan. Firms including consultants and/or joint venture will be considered local only if their active production office is located within White Plains, Yonkers, Counties of Rockland and Westchester and Manhattan or they have a local independently operated branch office, and all of the design, coordination, and management of the project will be accomplished in that office. At least one member of any proposed joint venture must have an existing production office within the geographical limitation. Architect-Engineer firms must indicate their capability to comply with the area of consideration required as part of their response to this acquisition. Joint Venture arrangements will be considered and evaluated based upon a demonstrated interdependency of the member capability to provide quality services during the life of the contract. It is prohibited to pay any fee, commission, and percentage or brokerage fee to any person or firm contingent upon, or resulting from award of a contract. For the purpose of verifying site conditions, the evaluation board will perform site visits to the A-E Office. Selection criteria will be used in combination with Standard Form 330, Architect-Engineer Qualifications, Part I: Qualification for a specific contract and Part II: General qualifications of a firm or a specific branch office of a firm. A separate Part II for each branch office that has a key role on the team and a separate Part II for each consultant must be provided. Three copies of your qualifications (SF 330) will be required. An A-E Evaluation Board will consist of GSA team members and they will evaluate each submission under this acquisition. The boards will establish a shortlist of three or six firms under this acquisition. The short listed firms will be notified and asked to submit more detail information. Candidates should be prepared to discuss all aspects of the criteria indicated above as well as evaluation criteria established under this announcement. Emphasis will be placed on the A-E team's understanding of the unique aspects of the term contract, their design philosophy, project management process, constructability & bid ability review practices, and quality assurance plan. Responses to the evaluation criteria and interview questions will be used to rank the short list A-E firms for the proposed contract. Scope of services and draft contract will be furnished to all firms being interviewed under this acquisition. From the interviewed short listed firms, selection will be made, the results of which will be published in the Fedbizopps. A Request for Proposal (RFP) will be issued to the top ranked firm selected in order of preference, and determined by the Evaluation Board(s) based upon the Selection Criteria and Interviews. The A-E selected for this proposed contract will be required to furnish to the contract officer preliminary salary, overhead and profit rates within 14 calendar days of selection notification. Architect-Engineering firms having the capability for this proposed work, in order to be considered, must submit all required documentation, including Standard Form 330 AND a cover letter of interest to: General Services Administration,26 Federal Plaza, Room 18-130, New York, NY 10278 by 3:00 pm local time on March 18, 2007. The following information MUST be on the outside of the sealed envelope: 1) Solicitation No.: GS-02P-07-PV-D-0016/IDIQ Contracts for A&E Services. 2) Due Date March 18, 2007. 3) Closing Time 3:00 p.m., local time. Late responses are subject to FAR Provision 52.214-7. In Block 9 of the Standard Form 330, Part II, (Page 6) specify only current W-2 payroll (non- contract) personnel of each firm. SUBMISSIONS DELIVERED TO THE ISSUING OFFICE WILL NOT BE ACCEPTED. Award of the contract will be contingent upon availability of funds. This is not a Request for Proposals. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-FEB-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/GSA/PBS/2PMCMMP/GS-02P-07-PVD-0016/listing.html)
 
Place of Performance
Address: Various Locations: White Plains, Yonkers, Westchester and Rockland counties and Manhattan.
Zip Code: 10278
Country: UNITED STATES
 
Record
SN01225368-F 20070204/070202224958 (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  © 1994-2020, Loren Data Corp.