Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
SOURCES SOUGHT

C -- IDIQ for Supplemental A/E Services to support US-VISIT

Notice Date
7/17/2007
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PMA), 819 Taylor St., Rm. 12B01, Fort Worth, TX, 76102, UNITED STATES
 
ZIP Code
76102
 
Solicitation Number
Reference-Number-7PMA07-0001
 
Response Due
7/25/2007
 
Point of Contact
Tony Kemp, Contracting Officer, Phone (817) 978-2684, Fax (817) 978-2577, - Carolyn Smith, Contracting Officer, Phone (817) 978-7483, Fax (817) 978-2577,
 
E-Mail Address
tony.kemp@gsa.gov, carolyn.smith@gsa.gov
 
Description
Sources sought. This is not a request for offers. Large businesses please do not respond. The General Services Administrative (GSA), PBS, Fort Worth, TX, is attempting to determine if there are any Service Disabled Veteran, 8(a) or HUBZone certified firms qualified to perform architectural/engineering and related services in support of the requirements for the facilities for U.S. Department of Homeland Security (DHS) United States Visitor and Immigrant Status Indicator Technology (US-VISIT) and Customs and Border Protection Programs. Firms must have adequate staffing and be able to handle multiple projects simultaneously within the United States to provide comprehensive planning, design for Land Ports of Entry (LPOE) on the northern and southern borders of the United States; to provide outstanding quality, value and operational design. These projects are to demonstrate the value of true integrated design that balances function, cost, constructability, aesthetics, and reliability; create environmentally responsible and superior workplaces for the nation's chief border inspection agency's employees while conveying to visitors the strength and democratic values of the nation. They are to address the complex operational issues of a Land Port of Entry and be efficient to build and maintain. As required by law, all facilities will meet Federal Energy Goals and security requirements and the facility will be designed in metric units. All projects will be LEED certified, and shall be designed to meet the Silver standard as defined in the U.S. Green Buildings Council in Energy and Environmental Design (LEED) Green Building Rating System to the extent the budget allows. Projects will be renovated, expanded or new land ports of entry on the northern and/or southern border. These projects will be located in a variety of contexts, from remote rural sites to highly urbanized sites and could range from $5M to over $100M in estimated construction costs. The facilities comprise multiple buildings, including inspection facilities, garages, and offices, as well as complex site circulation and inspection technologies. The LPOEs will be secure facilities that also act as gateways to our country and should make an architectural statement that is appropriate and responsive to the local context, efficient movement of trade and commerce, the security requirements of law enforcement agencies, and the flexibility of changing operational and technological requirements. Expedited design and delivery approaches will be promoted, including prototype design, bundling of projects, prefabricated and modular construction, and use of pre-designed components. Various project delivery methods, including CMc, traditional design-bid-build, and bridging-design-build, will be used. This is a solicitation for A/E services for a period of one year with four one-year option periods. Successful A/E firms will be required to be licensed/registered within the State prior to the award of a contract. Firms are not required to be geographically located, and are not required to have an active design production office, within the state to be considered for award. The selected A/E firm shall primarily provide design services, including feasibility studies, bridging documents (35% construction documents), and full design and construction services, and research and reports related to the design of LPOEs. The final designs will be operationally complex and technologically sophisticated site and civil-intensive projects with a balance between aesthetic, functional, and security issues, including state-of-the-art data and telecommunications systems, compliance with the Americans with Disabilities Act (ADA), and other requirements. The scope of professional services will require at a minimum: problem analysis, feasibility studies, energy analysis, life cycle costing, building information modeling, surveys, site and existing conditions surveys, design, planning, interior design, traffic and civil engineering, and estimating services for new construction, and repair and alteration projects. At times the contract may also require selected firms to provide civil engineering, boundary and topographical surveying, sustainable design, environmental studies, quality control testing, asbestos sampling/hazard assessment/ abatement design, historic structure reports, building evaluation reports, scope development, construction management, and other architectural, engineering and technical services. The work will require primarily architectural, landscape architectural, interior design, mechanical, electrical, civil, structural services, and cost estimating, but may also necessitate geotechnical, traffic, environmental, fire safety, elevator, acoustical, lighting, signage and environmental graphics, historic preservation, construction management/inspection, surveyor and other disciplines with specialized experience. The selected A/E firms may be required to provide design services that include alternative energy, prefabrication or modular construction, and/or expedited design and delivery solutions. The selected A/E firms may be required to participate in peer review processes. All facilities will be designed in metric units. There will be no limit on the amount paid on individual delivery orders and no limit on project size; however the total cumulative delivery order amount shall not exceed $12 million in any one contract period, and the minimum guaranteed contract amount is $1000 for the base year and each of the option years, if exercised. Firm-fixed price indefinite delivery indefinite quantity contracts will result from this solicitation, including profit, overhead and hourly rates for anticipated disciplines and for use in negotiating firm-fixed price delivery orders. A supplemental architect-engineer lookup table for pricing delivery orders design services for projects with an estimate construction cost of less than $2 million will be included in the contract. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUL-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-AUG-2007, 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.fbo.gov/spg/GSA/PBS/7PMA/Reference-Number-7PMA07-0001/listing.html)
 
Place of Performance
Address: Zone 1: California, Arizona, Montana, Idaho, Washington, Alaska; Zone 2:New Mexico, Texas; Zone 3: North Dakota, Minnesota, Michigan, New York, Vermont, New Hampshire, Maine
Zip Code: 76102
Country: UNITED STATES
 
Record
SN01372860-F 20070816/070814224247 (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.