Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2008 FBO #2490
SOLICITATION NOTICE

C -- Supplemental Architect/Engineer Services, State of Texas - Zone III

Notice Date
9/18/2008
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PMA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102
 
ZIP Code
76102
 
Solicitation Number
GS-07P-08-HH-D-0085a
 
Response Due
10/30/2008 2:00:00 PM
 
Archive Date
1/29/2009
 
Point of Contact
Barbara L Varley,, Phone: (817) 978-7086
 
E-Mail Address
barbara.varley@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
Architectural and Engineering services for the State of Texas – Zone III (Houston and Southeast Texas). This acquisition is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Firm will be selected for negotiation based on demonstrated competence and qualifications for required work. This procurement is unrestricted. This announcement is open to all businesses regardless of size as stated above. If a large business is selected for this proposed contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. The current subcontracting goals are as follows: Small Business 37%, Small Disadvantaged Business 6%, Woman Owned Small Business 5%, HUBZone Small Business 3%, Veteran Owned Small Business 5%, Service Disabled Veteran Owned Small Business 3%. The subcontracting plan is not required with this submittal. To be eligible for contract award, a firm must be registered in the Central Contractor Registration at http://www.ccr.gov and have completed on-line Representations and Certifications at https://orca.bpn.gov. The North American Industrial Classification System Code applicable to this project is 541310, Architectural Services, which has a size standard of $4,500,000 in average annual receipts and corresponds to SIC Code 8712. The General Services Administration (GSA) proposes to award one indefinite delivery, indefinite quantity (IDIQ) contract for supplemental architectural and engineering services for the State of Texas – Zone III. The primary contract area will be the State of Texas – Zone III currently encompasses, but is not limited to, the area bordered by the following counties: Austin, Brazoria, Chambers, Colorado, Fort Bend, Galveston, Hardin, Harris, Jasper, Jefferson, Liberty, Matagorda, Montgomery, Newton, Orange, Polk, San Jacinto, Tyler, Waller, and Wharton. The secondary contract area will be the states of Arkansas, Louisiana, New Mexico and Oklahoma and the remainder of the state of Texas. The A/E firm selected shall primarily provide, but will not be limited to: design, construction management and inspection, and estimating services for repair and alteration projects, but may also be required to provide scope development, planning, interior design, environmental studies, feasibility studies, problem analysis, design review, consulting design, construction management for elevator work, geotechnical testing, quality control testing, asbestos and mold sampling, hazard assessment, abatement design, air quality monitoring, boundary and topographical surveying, historic structure reports, building evaluation report and other architectural, engineering, and technical services. The work will require primarily architectural, mechanical, electrical and estimator disciplines but may also require civil, structural, geotechnical, environmental, certified industrial hygienist, fire/life safety, elevator, acoustical, historic preservationist, construction manager/inspector, surveyor and other disciplines with specialized experience. An IDIQ contract will be negotiated and awarded for one (1) one-year base period and four (4) one-year option periods. The minimum guaranteed contract amount is $1,000 for the base year only. There is no limit on the number of Task Orders or the size of a project; however, the total cumulative Task Orders amount shall not exceed $3 million for any one-year contract period. Projects, while there will be no limit on size, will generally involve repairs, alterations, and improvements. A/E firms will be evaluated in terms of their professional qualifications necessary for satisfactory performance of required services, specialized experience and technical competence in the fields of energy conservation, pollution prevention waste reduction, the use of recovered materials and services regarding asbestos related work. Selection criteria for this acquisition are listed below in descending order of importance: (1) Experience: Experience of the firm and consultants and personnel with regard to providing the types of services described above, and with regard to accomplishment of past projects including repair and alteration work. The SF330 shall include a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of the SF330. Experience in sustainable design using LEED U.S. Green Building Council (USGBC). Projects should specifically address sustainable design aspects of each project. Projects completed before March 2003 will not be considered. (2) Management and Inspection Capability: Experience and capability of the firm and consultants with respect to complete management and inspection services for projects of the type described above during the construction phase. (3) Technical Ability: Professional qualifications, expertise and education level of individuals employed by the firm and consultants who will be directly involved in providing the above described services and their philosophy concerning the design of repair and alteration work. Knowledge of local conditions within the State of Oklahoma, specifically regarding climatic conditions (key disciplines: architect, mechanical, electrical) and local construction climate impact on cost estimating (estimator). (4) Management/Organization/Production/Quality Control: Producing a high quality design, maintaining good working relationships, working with repair and alteration projects, meeting schedules, providing accurate cost estimates, and tracking and controlling costs. The evaluation will consider the availability of an adequate number of personnel in the following key disciplines: architect, mechanical, electrical, civil, and structural. The evaluation will look at numbers listed in Part II of the SF330 to evaluate overall capacity of the team. Include a Part II for each firm that is part of the proposed team. The evaluation will consider the past history of the proposed team working together as a team, quality control coordination between disciplines and subcontractors and quality control procedures (type and timing of reviews). (5) Geographical Boundaries: Location is the state of Oklahoma. Demonstrate how at least 35 percent of the A/E contract services (based on total contract price) will be accomplished by the successful firm within the primary geographical boundaries of the state of Oklahoma for the resulting contract. The Government will not indemnify the firm against liability involving asbestos or other hazardous materials, that is, no clause holding the firm harmless will be included in the contract. A Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract will result from this solicitation, including profit, overhead and hourly rates for anticipated disciplines and for use in negotiating FFP task orders. A supplemental architect-engineer Lookup Table for pricing task orders for projects with an estimated construction cost of up to $2,000,000 will be included in the contract. 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. Firms, when responding to this announcement, should address their capability with regard to each of the evaluation factors listed above, as the top rated firms recommended for interview will be recommended solely on their written response to this announcement. For any firm who is selected – Replacement of, and/or substitution personnel and/or consultants during the award/negotiation stage of this contract may deem your proposal unacceptable. It is critical to propose personnel that have a high level of certainty that they will be available to perform the duties under this contract for the duration of the entire contract. Any and all changes made after the initial submission of your technical proposal will be re-evaluated for technical sufficiency and may negatively change the order of your technical rating as initially established. Submission of cost and or pricing data by the prime and all consultants, subcontractors and contract employees will be required. NOTE: SF 330, Part 1, Section E, “Resumes of Key Personnel Proposed for This Contract”, Item 13, “Role in This Contract”. In addition to the role in this contract, employees should be clearly identified as to whether they are direct employees or contract employees of the firm they are proposed under. All responsible Architectural or Engineering firms wishing to be considered must submit four (4) copies of completed Standard Form (SF) 330 and other pertinent information (see FAR 53.236-2(b)) which must be received NLT 2:00 PM Central Standard Time on October 30, 2008. Faxed, facsimile, or emailed submittals will NOT be accepted or considered. All submittals must clearly identify the Solicitation number (see above) on the face of the envelope for identification purposes. Late submittals will be handled in accordance with FAR 52.215-1. Point of Contact Barbara Varley, Contracting Officer, (817) 978-7086, barbara.varley@gsa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=be43312d61ba149f6b7c103427be841b&tab=core&_cview=1)
 
Record
SN01674977-W 20080920/080918222941-be43312d61ba149f6b7c103427be841b (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.