Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2008 FBO #2586
SOLICITATION NOTICE

C -- Program Management Assistance Contract for Architect, Engineering and Construction Services supporting Defense Commissary Agency

Notice Date
12/23/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Colorado Service Center (8PC), P.O. Box 25546, Building 41, Room 246, DFC, Denver, Colorado, 80225-0546
 
ZIP Code
80225-0546
 
Solicitation Number
11991A
 
Archive Date
3/13/2009
 
Point of Contact
Deborah Godshall,, Phone: 303-236-7185, Len A Wilson,, Phone: 303-236-8000 ext 2315
 
E-Mail Address
deborah.godshall@gsa.gov, Len.wilson@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
Program Management Assistance Contract for Architect, Engineering and Construction Management Services supporting Defense Commissary Agency; PMAC for AEC Services supporting DeCA. CONTRACTING OFFICE ADDRESS General Services Administration, Public Buildings Services (PBS), Colorado Service Center (8PC), Denver Federal Center, PO Box 25546, Building 41, Denver, Colorado 80225 DESCRIPTION The GSA, Federal Acquisition Services Region 8 Denver Federal Center was retained by DeCA, Defense Commissary Agency Facility Construction and Sustainment Division to perform Acquisition Planning, Request for Proposal, Source Selection Procedures and Contract Administration utilizing the Brooks Act for Architecture and Engineering Contracts. This vehicle is an IDIQ and Cost Reimbursement contract with a Prime Component and two Sub-Components: 1. Single and Multi Project Construction Management Inspection. 2. Sub-Consultant Design Services. 3. Maintenance of Management Information Control Systems (MICS) for A&E Construction Project Management Software. This procurement will cover a duration of five years and the total contract including option years will exceed $17M. The General Services Administration (GSA), Rocky Mountain Region is seeking firms with architectural, engineering and construction management experience. The Government intends to award one IDIQ contract with a minimum guarantee of $100,000 for base year. This contract will be procured in accordance with Public Law 92-582, The Brooks Act and FAR Part 36.6. Under this process, the Government will award to the most highly qualified A/E Firm with whom it can negotiate a fair and reasonable price. All applicable services shall be performed under the direction and supervision of registered architects and professional engineers. The Facilities Program Manager for the Defense Commissary Agency (DeCA) is responsible for managing design, construction and sustainment of commissaries throughout the world. Responsibilities include annual programs for new construction as well as renovation and modernization of commissaries and some non-commissary facilities. The Architect-Engineer (A-E) Program Management Assistance Contractor (PMAC) will be responsible for providing single and multi-project construction management and other supporting architectural and engineering services described below in the Scope of Services section of this Statement of Work (SOW). In addition to program management support services, facility assessments and other supporting architectural and engineering services, the use and maintenance of existing automated management information control systems (MICS) is required. There are two existing MICS that shall be used and maintained by PMAC. The first is called FACTS (Facilities Automated Construction Tracking System). FACTS integrates all essential elements of DeCA’s design and construction program. The second system is called SMART (Sustainment Maintenance and Repair Tracking System). SMART integrates all essential elements of DeCA’s facility sustainment, maintenance and repair program. These systems consist of baseline programs for tracking all ongoing projects and enable managers and senior decision makers to know the current status of all projects and the total program. The selected contractor will be required to interface with and utilize these existing systems and share the common database. PURPOSE The purpose of this Statement of Work is to delineate the duties of the PMAC to provide day-to-day inspection and support to the DeCA Project Manager (PM) or authorized Contracting Officer’s Representative for each project by providing technical advisory assistance in administering and managing the construction contracts. The PMAC project representatives shall keep the DeCA PM informed concerning technical and construction progress issues at each site, and shall cooperate as necessary with the Public Works Engineer (Navy), Post Facilities Engineer (Army) or Base Civil Engineer (Air Force), all referred to hereafter as the "Installation Engineer." The General Services Administration (GSA) Contracting Support Branch shall officially administer the administrative and technical support provided through this contract. The PMAC shall interface in an advisory capacity to the GSA CO and DeCA PM. Interface with the construction contractor will be through the DeCA PM. SCOPE OF SERVICES The scope of the contract includes approximately 150 projects and up to 50 facility assessments per year at DeCA's worldwide commissaries, both CONUS and OCONUS. Construction sites for Army, Air Force, Navy, and Marine Corps store construction included in the Scope of Work are worldwide. Scope of the projects to be managed range from minor construction projects to major renovations and new stores ranging from approximately 4,000 SF to well in excess of 100,000 square feet and include sales areas, warehouse, cold storage, meat/produce processing areas, administrative areas, parking and service areas, retail malls, food courts, utilities, and landscaping with a construction cost range of approximately $100,000 to $100,000,000 each. A.Basic Services 1.Core Management Team 2.Area Managers 3.On-Site Technical Inspectors 4.Core Management Team Home Office Support 5.On-Site Project Management B.Reimbursable Services 1.Travel 2.Information Technology Equipment 3.Other Reimbursable Services a.Facility Assessments b.Design Reviews and Design Constructability Reviews c.Building Systems/Equipment Commissioning d.Final Photos e.Miscellaneous Consulting Support Services C.Definitions: AAFESArmy Air Force Exchange Service A-EArchitect-Engineer firm AM Area Manager (PMAC) BCEBase Civil Engineer (Air Force) CLINContract Line Item Number CMPConstruction Management Plan COContracting Officer CORContracting Officer Representative CPMCritical Path Schedule DeCADefense Commissary Agency DeCA/DOFFacilities Construction and Sustainment Division FACTSFacilities Automated Construction Tracking System FARFederal Acquisition Regulation GSGeneral Salary Schedule Pay GSA General Services Administration GSA COGeneral Services Administration Contracting Officer IFBInvitation for Bid JTRJoint Travel Regulations MCIPMinor Construction Improvement Project MCIP #1Minor Construction Improvement Project (Part – Time Inspection) excluding cost of inspection, the total government estimated construction cost is $750K or less. MDBFMaster Database File MICS Management Information Control System NL Navy Lodge NTP Notice to Proceed PM Project Manager (DeCA/DOF) PMAC Program Management Assistant Contractor/Contract QAP Quality Assurance Plan RFI Request for Information RFP Request for Proposal ROICC Resident Officer In Charge of Construction (Navy) SAF Subject to Availability of Funds SMART Sustainment Maintenance and Repair Tracking System SOW Statement of Work TITechnical Inspector WAWFWide Area Work Flow D. Forms: DD Form 1354, Transfer & Acceptance of Military Real Property DD Form 2626, Performance Evaluation (Construction) DD Form 2631, Performance Evaluation (Architect/Engineer) CONSIDERATION Under this Request for Qualifications, consideration will be limited to A/E firms. The term "A/E firm" used in this Request for Qualification means an individual, firm, joint venture, 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 work identified under the resultant contract. If the A/E Firm is comprised of a partnership, corporation, association, or the legal entity permitted by law to practice architecture or engineering, a complete description of the proposed internal responsibility of the components must be included in your response. At least one key member in any proposed joint venture must have an existing office within the stated geographic limits. The A/E firms must indicate their ability to comply with the area of consideration required as part of their response to this notification. The proposed project team will have the capability to perform the basic design disciplines (i.e. architectural, civil, structural, mechanical and electrical) with in-house personnel, joint venture or firm/consultant arrangement will be considered and evaluated based on the demonstrated interdependency of the members and its ability to provide quality design and post construction contract services. A/E firms must have the ability to provide quality design and post construction contract services, including demolition and/or hazard abatement. Use of specialty consultants may be required (i.e., cost estimating, fire safety, hazardous abatement, historical architect, HVAC, electrical, acoustical, and vertical transportation design). The ensuing contracts will be firm fixed priced indefinite-delivery indefinite-quantity contract. All design costs are will be based upon the negotiated daily and monthly rates in the contract, and will be negotiated as a not-to-exceed (NTE) amount established on each task order for the reimbursable items listed in the Statement of Work. ORDERING PROCEDURES Ordering procedures will be consistent with FAR Part 16.505 entitled "Ordering" and FAR Part 36.6 entitled "Architect-Engineer Services." NOTICE TO OFFERORS The Government reserves the right to reject any or all “Request for Qualification Proposals” at any time prior to selection of award. ALL FIRMS ARE ADVISED THAT ONLY THREE FIRMS WILL BE SELECTED AS MOST QUALIFIED AND WILL BE SHORT-LISTED. ONLY THE THREE SUCCESSFUL FIRMS WILL BE INVITED FOR ORAL INTERVIEWS. ONLY ONE FIRM WILL RECEIVE A “REQUEST FOR FEE PROPOSAL” AND THE GOVERNMENT WILL PURSUE NEGOTIATIONS WITH THAT FIRM. Therefore, firms should not assume they would be contacted or afforded an opportunity to qualify, discuss, or revise their Qualification Proposals. However, the Government reserves the right to clarify certain aspects of proposals or conduct discussions providing an opportunity for the firm to revise its proposal. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS Source Selection Procedures: Firms will be rated and selected on descending order of importance: Factor A: Individual and Firm Specialized Qualifications Factor B: Relevant Project Experience Factor C: Past Performance Factor D: Capacity Factor E: Sub-Contracting Plan Factor A: Individual and Firm Specialized Qualifications = 30%. An organizational chart indicating office management, personnel roles and professional qualifications of the staff assigned to the work and technical competence by discipline (education, registration and experience) of individual design team members. At a minimum, professional registration is required of one individual in each of the specified disciplines. Capability to provide qualified backup staffing for key personnel to ensure continuity of services and the ability to meet unexpected projects demands. Factor B: Relevant Project Experience = 25%. Specialized Experience and technical competence in the type or work required including, where appropriate, retail grocery chains and federal commissary design and construction and environmental including LEED (Leadership in Energy and Environmental Design). Factor C: Past Performance = 20%. Past performance on contracts with Government agencies and private industry in terms of design excellence, innovation, cost control, quality of work and compliance with performance schedules. Factor D: Capacity = 15% Capacity to accomplish the work in the required time, including the possibility of performing one or more projects simultaneously. Indicate the firm’s present workload and the availability of the project team, for the specified contract performance period. Factor E: Sub-Contracting Plan = 10% Innovative Sub-Contracting plan to meet customer needs and be in support of the DOD Small Business Goals for FY 2009. Adjectival Ratings: Adjectives are used to indicate the degree to which the firm's proposal has met the standard for each factor evaluated. The following is an adjective rating scale that will be used to evaluate technical factors. A proposal need not have all of the characteristics of an adjectival category in order to receive that adjective rating. Outstanding Good Satisfactory Marginal Unsatisfactory Outstanding (5 points): An outstanding proposal is characterized as follows: 1.The proposed approach indicates an exceptionally thorough and comprehensive understanding of the requirements, resources, schedules, and other aspects essential to performance. 2.In terms of the specific factor, the proposal contains major strengths, exceptional features, or innovations that should substantially benefit the requirement. 3.There are no weaknesses or deficiencies. 4.The risk of unsuccessful contract performance is extremely low. Good: (4 points): A good proposal is characterized as follows: 1.The proposed approach indicates a thorough understanding of the requirements and the methods, resources, schedules, and other aspects essential to the performance. 2.The proposal has major strengths and/or minor strengths which indicate the proposed approach will benefit the requirement. 3.Weaknesses, if any, are minor and are more than offset by strengths. 4.Risk of unsuccessful performance is very low. Satisfactory (3 points): A satisfactory proposal is characterized as follows: 1.The proposed approach indicates an adequate understanding of the requirement and the methods, resources, schedules, and other aspects essential to the performance. 2.There are few, if any, exceptional features to benefit the requirement. 3.The risk of unsuccessful performance is low. 4.Weaknesses are generally offset by strengths. Marginal (2 points): A marginal proposal is characterized as follows: 1.The proposed approach indicates a superficial or vague understanding of the requirement and the methods, resources, schedules, and other aspects essential to the performance. 2.The proposal has weaknesses that are not offset by strengths. 3.The risk of unsuccessful contract performance is moderate. Unsatisfactory (1 point): An unsatisfactory proposal is characterized as follows: 1.The proposed approach indicates a lack of understanding of the program goals and the methods, resources, schedules, and other aspects essential to the performance of the program. 2.Numerous weaknesses and deficiencies exist. 3.The risk of unsuccessful performance is high. SUB-CONTRACTING GOALS: DeCA’s Subcontracting Goals are in support of DOD subcontract goals for FY2009. IAW 52.219-8 the firm is required to submit a sub-contracting plan. The Small Business Sub-Contracting Plan Requirements: The firm shall create an innovative small business plan and provide to the CO as required by FAR Clause 52.219-9, Alternate II. Plans will be evaluated by the innovation to meet both Federal Government requirements and meet the needs of the customer, DeCA, that is the most cost effective and efficient use of resources on a National and International Scope. Actual performance of specific small types may vary due to geographic and service technologies available. The Objective of (Agreed Upon percentage) of small business participation will be monitored and backed up with FAR Clause 52.219-16, Liquidated Damages. The Government will assess fines for non-accomplishment of the (Agreed Upon) objective on a per monthly basis until the contractor is in compliance with the (Agreed Upon) objective. The fine will be based on the percentage of business (based on annual dollars) not performed by small business, not to exceed (an amount determined by Contracting Officer). DeCA’s Subcontract Goals for Small Business are in support of the DOD’s Subcontract Goals of 37.2%. 8(a) Goals: SDB-5%, WOSB-5%, HUBZone-3%, SCVOSB-3%. In accordance with Public Law 97-507, the AEC-PMAC Firm will be required to provide the maximum practicable opportunities for Small, Small Disadvantaged, and Women-Owned Small Business concerns to participate as subcontractors in the performance of the contract. Firms must also provide with the Standard Forms (SF 295’s) a brief written narrative of outreach efforts made to utilize Small Disadvantaged and Women Owned Businesses. The narrative shall not exceed one typewritten page. The use of subcontractors/consultants shown on the submitted SF’s will be in the Small Business Subcontracting Plan included in the successful firm’s contract. Contract award is contingent upon negotiation of an acceptable subcontracting plan. SUBMISSION REQUIREMENTS A/E firms with an interest in being considered for design services contracts must submit the required statements of qualifications on the SF 330. Proposals shall not exceed 50 single sided pages of 8 1/2 x 11 - size paper with Arial Font, 12 pitch. Additionally brochures or other pre-printed material may be submitted with a desired not-to-exceed 50 pages. Firms shall submit an original and six (6) copies. E-mail or faxed submissions will NOT be accepted. Firms will be evaluated to determine the most highly qualified firms based on criteria responses. The SSB, Source Selection Board, will select the top three firms using the Prioritized Factors listed above set with pre-established percentages. The SSB will review the statements of qualifications (Standard Form 330). The boards must evaluate them in accordance with the criteria cited in the Fed Biz Ops notice. DUE DATE Firms shall submit qualifications NO LATER THAN January 22, 2008 at 10:00 a.m. Mountain Standard Time, to the Contracting Office Address. RFI’s DEADLINE: MUST be submitted by January 8, 2009 at 10:00am. All RFI’s will be answered on FEDBIZOP’s. No personal responses will be issued. The successful Firm will be required to submit a technical cost proposal that will be negotiated for Best Value to the government. Mail your submittals to: General Services Administration Public Building Service Colorado Service Center (8PC) ATTN: Deborah Godshall, Contract Specialist P.O. Box 25546 Denver, Colorado 80225-0546 Overnight Delivery: Building 41 Room 145 Denver Federal Center 6th Ave & Kipling St. Lakewood, CO 80225
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d236a40a76904fb8eea75608f8d38cfe&tab=core&_cview=1)
 
Place of Performance
Address: Denver Federal Center, GSA Colorado Service Center, 8PC, Denver Federal Center Building 41, P.O. Box 25546, Denver, Colorado, 80225-0546, United States
Zip Code: 80225-0546
 
Record
SN01723818-W 20081225/081223220156-d236a40a76904fb8eea75608f8d38cfe (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.