Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
MODIFICATION

C -- Indefinite Delivery/Indefinite Quantity Architectural/Engineering Services with design-build capabilities for Federal facilities

Notice Date
3/26/2008
 
Notice Type
Modification
 
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
GS-07P-08-HHD-0050
 
Response Due
4/30/2008
 
Archive Date
5/15/2008
 
Point of Contact
Tony Kemp, Contracting Officer, Phone (817) 978-2684, Fax (817) 978-2577
 
E-Mail Address
tony.kemp@gsa.gov
 
Description
IDIQ for Architectural and Engineering Services C-ARCHITECT-ENGINEER SERVICES SOLICITATION # GS-07P-08-HHD-0050 REGION: Multiple Zones CONTRACTING OFFICER: Anthony Kemp PHONE NUMBER: 817 978-2684 PROJECT: New Construction & Repair and Alterations PROJECT TYPE: Various CLIENT AGENCY: Department of Homeland Security SIZE: BUDGET: Varied GEOGRAPHIC LIMITATION: Continuing a legacy of outstanding public architecture that was initiated with the founding of the nation, the General Services Administration (GSA) Design Excellence Program seeks to commission our nation?s most talented architects, landscape architects, interior designers, and engineers to plan and design new or expanded Federal facilities as well as repair and alterations of facilities to provide outstanding quality, value and operational design. Projects are to demonstrate the value of true integrated design that balances aesthetics, cost, constructability, and reliability; create environmentally responsible and superior workplaces for Federal employees. In this context, The General Services Administration (GSA) announces an opportunity for Design Excellence in public architecture for performance of Architectural-Engineering Design Services for Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for design in accordance with GSA quality standards and requirements. As required by law, all facilities will meet Federal Energy Goals and security requirements and the facility will be designed in metric units. All new facility designs 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 varied, including renovations, expansions or new facilities. Expedited design and delivery approaches will be promoted, including prototype design, prefabricated and modular construction, and use of pre-designed components. Thought should be given to the most appropriate and cost effective construction materials; and design, construction, and delivery methods suitable to the project. Various project delivery methods, including traditional design and construction, and bridging-design-build, will be used. PROJECT DESCRIPTION This is a solicitation for A/E services for a period of one year with four additional one-year option periods. Firms are not required to be geographically located in the State where the project is located, and are not required to have an active design production office within the State to be considered for award; however, successful A/E firms will be required to be licensed/registered within the State prior to the award of task order for a specific project and shall conform to all laws, rules, and requirements of that state governing the profession of architecture or engineering. Multiple awards are expected to be made for each of the primary services areas (zones) as follows: Zone 1: California, Arizona, Montana, Idaho, Washington, Alaska Zone 2: New Mexico and Texas Zone 3: North Dakota, Minnesota, Michigan, New York, Vermont, New Hampshire, Maine. Secondary service areas will include the contiguous United States. 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 Federal facilities. The final designs may 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. Awardees under this requirement will not be eligible for award (individually or as a team member) on any design build projects resulting from work under any contract awarded under this requirement. SCOPE OF WORK The scope of professional services may require: 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. New construction may be up to approximately 50% site work and require extensive civil, traffic, environmental, signage and environmental graphics, as well as primarily architectural, landscape architectural, interior design, mechanical, electrical, structural services, and cost estimating, but may also necessitate geotechnical, fire safety, elevator, acoustical, lighting, 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. A/E?s may be required to develop prototypical designs, and the Government reserves the right to go back to the architects to modify and site adapt for any and all locations throughout the life of the contract. 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. All design services will be in accordance with GSA requirements, design guides, and standards. The design of new and renovation projects at ports of entry is an example of the design programs GSA anticipates ordering under this contract. SELECTION PROCESS This is a Request for Qualifications (RFQ) of A/E Firms/Lead Designers interested in contracting for this work. The A/E Firm as used in this RFQ means an individual, firm, partnership, corporation, association, or other legal entity permitted by law to practice the profession of architecture or engineering that will have contractual responsibility for the project design. The Lead Designer is the individual or the team of designers who will have primary responsibility to develop the concept and the project design. For systems or infrastructure intensive projects, it may be appropriate for the lead designer to be an engineer. The Lead Designer will also be involved in commissioning an artist or artists for this project and in assisting with the successful integration of works of arts into the architectural design. The A/E firm must address the contractual relationship with the Lead Designer and the project team in Stage II. The Government will use the fixed price amount in the lookup table, which will be a function of project, size, type and complexity. The lookup table will be provided to the A/E during initial contract negotiations and shall be a mandatory payment provision. In circumstances of more than one award per geographical zone, work orders will be placed based on technically competed proposals. The A/E selection will be completed in two stages as follows: Stage I In STAGE I, interested firms will submit portfolios of accomplishment that establish the design capabilities of the A/E Firm and its Lead Designer. All documentation will be in an 8 1/2 inch x 11 inch format. The portfolio should include the following: a cover letter referencing the RFQ/Solicitation announcement and briefly describing the firm and its location, organizational makeup, and noteworthy accomplishments; and updated Part II, Standard Form 330 (Architect-Engineer and Related Services Questionnaire). Identification of consultants is not required at this stage. The assembled Stage I portfolio is to be no more than one-half inch thick. STAGE I submission requirements and evaluation criteria: (1) PAST PERFORMANCE ON DESIGN (35%): The A/E Firm will submit graphics (maximum of three pages per project) of not more than five new construction projects completed in the last ten years. The narrative (maximum of two pages per project) shall indicate the lead designer and address the design approach with salient features for each project. The narrative shall discuss how the client's mission, function, image, economic, schedule and operational objectives were satisfied by the overall design/planning solution. It should comment on the relevance of submitted projects to this request, including security, traffic design, remoteness, harsh climate, and phasing of projects or missions that are operational 24/7. The A/E Firm shall also include a list of feasibility studies and other relevant reports or studies that the firm has completed. Include tangible evidence where possible such as certificates, awards, peer recognition, etc. demonstrating design excellence. Provide a client reference contact for each project, including name, title, address, phone, fax numbers, and email. A portion of one page presented for each project must include a representative floor plan and a site plan. (2) PHILOSOPHY AND DESIGN INTENT (25%): In the Lead Designer's words, (maximum of two typewritten pages) state his/her overall design philosophy and approach to the challenge of public architecture, issues, and parameters that may apply in creating a state-of-the art Port of Entry along the northern and/or southern border (depending on zone). Also include the Lead Designer?s philosophy towards alternatives methods of project design and delivery, such as prefabricated or modular design. (3) LEAD DESIGNER PROFILE (15%): Submit a biographical sketch (maximum of three pages) including education, professional experience, recognition for design efforts inclusive of examples. Identify and describe areas of responsibility and commitment to each project. (4) LEAD DESIGNER PORTFOLIO (25%): Submit a portfolio representative of the Lead Designer's ability to provide design excellence. Submit graphics (maximum of three pages per project, and a typewritten description (maximum of two pages per project) of up to three new construction projects completed in the last ten years. The narrative shall address the design philosophy with salient features for each project and discuss how the client's program, functional, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Where there is duplication with criteria (1), the Lead Designer will address his or her participation in the project. An A/E Evaluation Board consisting of a private sector peer and representatives of the client and GSA will evaluate the submissions. The Board will establish a short-list of up to 10 firms per zone who will be requested to submit the Stage II material. Stage II For Stage II, the firms short-listed in Stage I will be notified and asked to submit more detailed information indicating each member of the design team, including all outside consultants. The Government will establish the detailed evaluation criteria and the date that these submittals are due and provide the selection criteria for the interviews along with the Stage I short-list announcement. Sufficient time will be provided for the A/E Design Firm/Lead Designer to establish its team. The Board will interview each team. Candidates should be prepared to discuss all aspects of the criteria indicated above and to demonstrate their ability to fulfill all project requirements. Emphasis will be placed on the team?s understanding of unique aspects of the POE Border Program, design philosophy, possible approaches in carrying out generic projects and project management. The Stage II evaluations will culminate with an interview with the A/E Evaluation Board. Stage II rankings will be used in conjunction with Stage I rankings. The firms will be required to complete Standard Form 330 Architect Engineer Qualifications Parts I and II that reflect the entire design team. IMPORTANT INFORMATION FOR STAGE I SUBMITTALS Responsible firms having the capabilities to perform the services described in this announcement are invited to respond by submitting modified SF-330 (for the A/E Design Firm), which must not be dated more than twelve (12) months before the date of this synopsis along with letter of interest and the portfolio not later than 3:00 PM, Central Standard Time on February 29, 2008 TO: Anthony Kemp, Contract Specialist General Services Administration (7PMA) 819 Taylor Street, Room 12B01 Fort Worth, TX 76102 Faxed or electronic submittals are not accepted. A total of five (5) copies shall be submitted. The following information must be on the outside of the sealed envelope 1) Solicitation Number/Title, 2) Due Date, 3) Closing time. Late responses are subject to FAR Provision 52.214-7. The A/E Design Firm MUST sign, name, title and date the submittal. The A/E Firm as used in this Solicitation is a corporation, association, joint venture, partnership or other legal entity that will have contractual responsibility for the project design. The Lead Designer is the individual or design studio that will have primary responsibility to conceive the design concept and the building's architecture. Interested A/E firms shall submit Standard Form 330, including portfolios of accomplishments that establish the design capabilities of the A/E Firm and its Lead Designer. In Part II, Block 9 of the SF300, specify only current W-2 payroll (non-contract) personnel of each firm. All documentation is to be in an 8 1/2 inch x 11 inch format, of not more than one-half inch thickness. All firms awarded a contract under this Solicitation must agree that small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, HUBZone small business, small disadvantaged business, and women-owned small business concerns will have the maximum practicable opportunity to participate in contract performance consistent with successful A/E's efficient performance. An acceptable Subcontracting Plan will be required from successful A/E Firms that are not a small business concern. This procurement is being made under the Small Business Competitiveness Demonstration Program Act of 1988, PL 100-656 (15 U.S.C. 644) with full and open competition. Small, small women-owned, HUBZone, small veteran-owned and small disadvantaged firms are strongly encouraged to participate as prime contractors or as members of joint ventures or teams with other small businesses. GSA Agency-wide subcontracting goals are 40% small business, 8% small disadvantaged business, 5% woman-owned business, 3% HUB-Zone, 3% service-disabled veteran-owned business and 5% veteran owned. This procurement is being made under full and open competition. Small, Small Woman-owned, HUBZone, Small Veteran-owned and Small Disadvantages firms are strongly encouraged to participate as prime contractors or as members of joint ventures or teams with other small businesses. In circumstances where multiple awards are made for the same Zone, fair consideration will be given to all awardees prior to placing each order, which may include: Past performance on earlier orders under the contract, including quality, timeliness and other factors; potential impact on other orders placed with the contractor; minimum ordering limitations; and/or team/technical proposals based on specific scopes of work. This Solicitation and resulting Contracts are being procured under FAR Part 36. This solicitation is a Request for Qualifications and is not a Request for Proposal. This amendment is issued to extend the proposal due date to April 30, 2008, and to clarify the instructions for submittal of Qualifications in Stage I. Firms who have previously submitted their Qualifications may submit amendments to their Qualifications by the revised due date and do not need to completely reapply. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-MAR-2008); 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/7PMA/GS-07P-08-HHD-0050/listing.html)
 
Place of Performance
Address: Various Federal facilities
Zip Code: 76102
Country: UNITED STATES
 
Record
SN01542785-F 20080328/080326230748 (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.