Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2009 FBO #2698
SOURCES SOUGHT

C -- CONTROL AND EMERGENCY RESPONSE TEAM COMMAND CENTERS RELOCATION DESIGN ARCHITECTURAL/ENGINEERING SERVICES

Notice Date
4/14/2009
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Chesapeake Service Center (3PC), The Strawbridge Building, 20 North 8th Street, 9th Floor, Philadelphia, Pennsylvania, 19107-3191
 
ZIP Code
19107-3191
 
Solicitation Number
GS-03P-09-DX-C-0010
 
Point of Contact
Michelle P. Donnelly,, Phone: 215-446-4498, Ronald S. Kohri,, Phone: 2154464608
 
E-Mail Address
michelle.donnelly@gsa.gov, ronald.kohri@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
Full Architectural/Engineering design services for the relocation of the Control Center (CC) and Emergency Response Team Command Center (ERTCC) from the Altmeyer Building to approximately 3500 square feet of space in the Operations Building on the U.S. Social Security Administration’s Headquarters campus in Woodlawn, Maryland. It is the intent of this procurement to award a single contract to design the relocation of an existing campus control center and an Emergency Response Team Command Center to the new location. The new CC shall be a fully functional state of the art campus control center with the capability to become a nation-wide Headquarters control center in the future. The CC is a self contained, fully functional, dedicated room where control room operators are stationed to carry out centralized control, monitoring, and administrative responsibilities to various monitoring systems and their associated physical and virtual structure, The CC shall include exterior and interior security software; barrier controls; physical and electronic access control; intrusion detection software; Closed-circuit television (CCTV); video recording/storage devices; lighting; heating, ventilation, & air conditioning (HVAC) system; security computer systems (hardware, software, peripherals); security communications [radio, telephone, Voice over Internet Protocol (VOIP) intercom]; radio base communications equipment; systems monitoring; display and supervision types (field panels, multiplexers, control centers/consoles); systems redundancy alternative power sources [battery, uninterrupted power supply (UPS), generators, surge protection]; asset tracking technologies and wire/cable types and transmission methods; a “Virtual Control Center”; and Local and Wide Area Networks; remote network security monitoring. The ACC shall also include equipment and workstations for the monitoring, control, and annunciation of all networked fire alarm systems on the campus, in addition to incorporating head-end equipment and workstation for a future Mass Notification System that will operate on and off the campus. Additionally, the project requirements may include a future requirement to upgrade the connectivity between Regional Social Security offices and to provide increased capacity and redundancy for data and voice communications. The ERTCC shall be a space used by emergency responders during natural and/or manmade disasters to assemble and evaluate the situation. The ERTCC shall be equipped with emergency generator and UPS power, telephones, local area network (LAN) connections, emergency lighting, CCTV monitoring, communications, security, HVAC, and various equipment to support the Emergency Response Team (ERT) staff and functions. This design effort includes but is not limited to surveying of existing conditions; design for the installation of new, as well as the relocation of existing, equipment and circuitry, and the relocation of existing systems while the Control Center is in operation. Project is primarily a Security, Fire Protection, and Emergency Response Control Center design which shall include architectural, mechanical, electrical, fire protection, security, and interior design but will also involve design for related repairs, alterations and renovations. This procurement will result in a single analysis, planning and design contract with an option for post construction award services. Hazardous materials such as asbestos, mercury, and lead may be encountered in the existing facilities. A Certified Industrial Hygienist is required to be a part of the Architectural/Engineering (A/E) firm’s team to identify and quantify the types and locations of hazardous materials that may require abatement during the construction project. The Industrial Hygienist will be required to conduct a hazardous materials study and have knowledge of airborne pathogen concerns, knowledge and expertise of regulations, laws and industry standards pertaining to the assessment and remediation of indoor air quality (IAQ) related issues, asbestos, lead materials, and mercury. Additional services may include sampling and laboratory analysis; interpretation of sampling results; surveying; field investigation; reports of findings and recommendations; design as described above for the remediation of hazardous materials, as well as monitoring of the hazardous material abatement during construction. General Services Administration‘s (GSA’s) Computer-aided design (CAD) Deliverables Policy will be incorporated as requirements of the awarded contract. The detailed CAD Deliverable Policy may be accessed on the Internet at http://www.gsa.gov/midatlanticcadpolicy/. Contractor agrees that all CAD, AutoCad drawings and related files, photographs, drawings, renderings, blueprints, specifications and/or other materials generated for use by the contractor on the project, whether in machine readable form or not, shall belong at all times to the General Services Administration (GSA) and shall be delivered to GSA at the times specified and within the schedules contained in the Agreement or at the termination of the Agreement, whichever occurs first. Evaluation Criteria to Be Applied In the Selection Process In Descending Order Of Importance Are As Follows: 1. PROFESSIONAL QUALIFICATIONS Professional qualifications necessary for satisfactory performance of required services. Submission requirements: Provide brief resumes of proposed team members who will specifically serve as the Project Executive, Project Manager, Lead Engineers, Certified Industrial Hygienist, Cost Estimator and Quality Control Manager. The Project Manager shall possess a minimum of ten (10) years of project management experience. The Lead Engineers shall perform and direct the design within their respective discipline and shall sign and seal studies where required by regulations, specifications, and drawings. All Lead Engineers must be professionally registered and the team must demonstrate registration in the state of the project. Resumes should also demonstrate that the team holds all appropriate licenses and certifications as required to perform the scope of the project. Each resume shall include a maximum of five (5) specific completed projects that best illustrate the individual team member’s experience relevant to this contract scope. In addition, provide brief resumes of team members who will perform specialized technical tasks under this contract. In specific, provide the following Professional Qualifications: A. The Lead Engineer for Fire Protection shall be a Maryland (MD) registered engineer who has passed the professional engineering examination in the Fire Protection discipline. In addition, the MD Registered Fire Protection Engineer (FPE) shall have minimum 10 years fire protection engineering design experience. Provide resumes for the team member(s) who will be performing work pertaining to fire protection. Each resume shall include a maximum of five (5) specific completed projects that best illustrate the individual team member’s experience relevant to this contract scope. Specifically, the Lead FPE should include in his resume projects which demonstrate the following: Extensive background in the design of networked fire alarm systems. •Knowledge on the requirements and features for Fire Command Centers/Central Control Stations as defined by National Fire Protection Association (NFPA) 101 and the International Building Code (IBC). •Previous design experience in Maryland and familiarity with the local jurisdiction fire/building codes. •Previous design experience with fire protection/life safety systems for the Federal government. 2. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence in the type of work required. Submission Requirements: Provide a detailed narrative of up to ten (10) relevant projects completed within the last five (5) years that best illustrate overall team experience relevant to the scope of work to be performed under this contract. Specifically demonstrate experience in each of the following areas: Knowledge of exterior security applications, interior security applications, barriers, access control (physical and electronic), intrusion detection applications, CCTV and video recording/storage devices, lighting, security computer systems (hardware, software, peripherals), security communications (radio, telephone, VOIP intercom), systems monitoring, display and supervision types (field panels, multiplexers, control centers/consoles), systems redundancy alternative power sources (battery, UPS, generators, surge protection), asset tracking technologies, and wire/cable types and transmission methods. • Virtual Control Center (VCC) design and background working knowledge • Local Area Network and Wide Area Network planning, design, implementation, documentation, and operation for administrative, operational, and security purposes • Remote network security monitoring knowledge of administrative, operational, and security systems. The respondent may also be requested to provide design, implementation, and migration services to upgrade the connectivity between Regional offices to provide increased capacity and redundancy for data and voice communications. • Strong project management, scheduling, cost estimates, and cost-benefit analysis, value engineering, passive and active designs, and major report elements. • Design of Fire Command Centers serving High-Rise Buildings and/or Campus-wide layouts which incorporates the applicable requirements for fire resistance rating, standby power, building and fire safety systems monitoring/controls and communications systems from NFPA 101 and the IBC. • Design of complex networked addressable voice-evacuation equipped fire alarm systems. • Design of Mass Notification Systems. • Compliance with the GSA CAD policy. • Demonstrate the team’s proficiency with metric design. For each project identify the name and location of the project; the name of the Project Manager; the description of work; actual work performed by the offeror under the scope of the project; an owner point of contact including the name, current telephone, and current email address; and the dollar value of the project. 3. PAST PERFORMANCE Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Submission Requirement: • Provide documentation to support past performance such as a copy of performance evaluations (architect-engineer) issued for Federal projects, commercial project owner documentation of the firm’s performance, letters of recommendation, copies of awards, etc.; preferably for projects listed under Criteria 2. • Demonstrate past performance of effective working relationship between the primary contractor and any proposed subcontractors. Contractor should show evidence of prior successful commercial or federal jobs in which the same primary-sub relationship existed. Points of contact provided under Criteria 2 may be contacted. 4. CAPACITY Demonstrate Capacity to accomplish the work in the required time. Submission Requirements: A) describe experience in successfully delivering multiple projects of various sizes with similar delivery dates; B) discuss how firm will handle the loss of key personnel. 5. ORGANIZATION, MANAGEMENT AND QUALITY CONTROL Discuss the firm’s organization and management process. Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. Submission Requirement: • Provide an organization chart that identifies the overall relationship and lines of authority of the proposed team. Include firm names if subcontractors are included, key personnel and their discipline/specialty. • Discuss the firm’s approach to design and project management. • Describe the firm’s QC program, describe the process for checking and verifying studies for clarity and completeness, plans and specifications for errors, omissions and quality, documenting design decisions, and incorporating and tracking review comments. Of special interest are the QC processes in place that minimize the government’s effort to QA the firm’s work products for errors, omissions, and quality. 6. LOCATION Location is defined as in the general geographical area of the project and knowledge of the locality of the project. Submission Requirements: Describe and illustrate the team’s knowledge of construction materials; state and local regulations, codes, and ordinances; costs; and other conditions unique to the metropolitan Baltimore, MD geographic area (within a fifty mile radius) and to Woodlawn, MD in particular. In addition, identify the location of the A/E firm’s main and branch offices, as well as the location of their consultant offices. GENERAL SF 330s will be evaluated to determine the most highly qualified firm based on criteria responses. Evaluating past performance and experience may include review of information provided by the firm, customer inquires, Government databases, and publicly available sources. Failure to provide requested data, inaccessible points of contact, or invalid phone numbers could result in a firm being considered less qualified. The estimated contract start date is September 2009. The contract work shall be performed with the issuance of the contract. The period of performance for the contract will be approximately one (1) year. SUBMISSION PACKAGE REQUIREMENTS The SF 330 is limited to 75 single-sided pages. Minimum font size is 10. Submit five (5) of the SF 330 for the prime offeror (SF 330 should also include offeror’s key sub consultants) addressing the following selection criteria information: Firms having the capabilities to perform the services described herein are invited to respond by submitting a completed Standard Form 330, Part I and Part II (1/2004 edition) dated not later than six months prior to the date of this synopsis, for the firm and joint ventures. Firms with branch offices and consultants must submit Part II of Standard Form 330 that should include project samples. Firms must separately address the evaluation factors and relate where information can be found in the submittal package relevant to each factor. The submittal should be forwarded with a cover letter that states the firm is requesting consideration for Contract Number GS-03P-09-DX-C-0010. A pre-proposal conference will not be conducted; however, A/E firms may email questions to Michelle Donnelly, Contracting Officer, at michelle.donnelly@gsa.gov. All questions must be received by May 10, 2009. Proposals should be provided to the following office by May 15, 2009: General Services Administration, Chesapeake Service Center (3PC), The Strawbridge Building, 20 N. 8th Street, 9th Floor, Philadelphia, PA 19107-3191, Attention: Michelle Donnelly (PBS). Firms shall provide this office with one (1) original and four (4) copies of their entire proposal. The North American Industry Classification System (NAICS) code assigned to this procurement is 541310 and the small business size standard is $4,500,000.00. This contract will be procured under the Brooks Act and FAR Part 36. SPECIAL ATTENTION SHOULD BE GIVEN TO THE FOLLOWING AREAS OF THE STANDARD FORM 330: • Part I Section A: Contract Information: In Block 5, list firm’s Dun and Bradstreet and Taxpayer Identification Number in addition to the name of the firm. • Section C: Proposed Team: List only the team members who will actually perform the major tasks under this contract (including staff professionals). • Section F Block 23: Provide a client point of contact and telephone number for each project. • Section F Block 25: Clearly identify what role the offeror and/or other team members had in the project (were they the prime or a subcontractor and what tasks did they perform). • Section G Key Personnel Participation in Example Projects: Submit in accordance with the SF 330 Instructions. • Section H Additional Information requested by Agency: Address the remaining Criteria 2, continued through Criteria 6; additional sheets may be used, if required. Clearly identify the criteria number and title. The last entry under Item H must read: "I hereby certify that the firm(s) listed under Item 1 is a small business (if applicable) and meets the geographical limitations stated in the synopsis for this contract." SECURITY • Sensitive but Unclassified (SBU) building information. Work under this contract will include Sensitive but Unclassified (SBU) building information. SBU documents provided under these work orders are intended for use by authorized users only. In support of this requirement, GSA requires the firm and all consultants to exercise reasonable care when handling documents relating to SBU building information per the contract. The efforts required above shall continue throughout the entire term of the contract and for whatever specific time thereafter as may be necessary. Necessary record copies for legal purposes (such as those retained by the engineer, architect, or contractor) must be safeguarded against unauthorized use for the term of retention. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work). Destruction shall be done by burning or shredding hardcopy, and/or physically destroying CDs, deleting and removing files from the electronic recycling binds, and removing material from computer hard drives using permanent erase utility or similar software. REASONABLE CARE: 1. Limiting dissemination to authorized users. Dissemination of information shall only be made upon determination that the recipient is authorized to receive it. The criterion to determine authorization is need-to-know. Those with a need-to-know are those who are specifically granted access for the conduct of business on behalf of or with GSA. This includes all persons or firms necessary to do work at the request of the Government, such as architects and engineers, consultants, contractors, subcontractors, suppliers, and others that the contractor deems necessary in order to submit an offer/bid or to complete the work or contract, as well as maintenance and repair contractors and equipment service contractors. 2. Term of Effectiveness. The efforts required above shall continue throughout the entire term of contract and for what specific time thereafter as may be necessary, as determined by the Government. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. 3. Written agreement of disposal. For all contracts using SBU building information, the contractor shall provide a written statement that he and his subcontractors have properly disposed of the SBU building documents, with the exception of the contractor’s record copy, at the time of Release of Claims to obtain final payment. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work). Destruction shall be done by burning or shredding hardcopy, and/or physically destroying CDs deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software. The recipient acknowledges the requirement to use reasonable care, as outlined above, to safeguard the documents and, if not awarded, the contract (and at the completion of any protest/appeal process) will make every reasonable and prudent effort to destroy or render useless all SBU information received during the solicitation. • Suitability. All employees, working on-site, of the “selected” prime A/E firm and their consultants will undergo a background suitability check prior to the start of work consistent with Homeland Security Presidential Directive -12 (HSPD-12). Each employee shall send a completed Contractor Information Worksheet (CIW) along with two (2) FD-258 Fingerprint Cards to the GSA Security Point of Contact (POC). The completed CIW and fingerprint cards will be forwarded to the Department of Homeland Security (DHS). The DHS will reply to the employee with an electronic invitation which will include the website and password that the employee shall use to complete the Questionnaire for Public Trust Position (SF 85P) electronically. Upon receipt of the employee's electronic SF 85P, DHS will initiate the background check. Completion of the SF 85P via the internet is MANDATORY. However, if the employee does not have access to the internet, the contractor shall contact the Government who will furnish paper copies of the SF 85P for the employee to manually complete and return. DHS will make a final decision on the employee’s acceptability. The firms and employee will be informed of DHS’s predetermination. SELECTION INTERVIEW REQUIREMENTS: The Government intends to conduct personal interviews with those firms slated as most highly qualified. The tentative dates of interviews are June 2 - 4, 2009. Firms slated for interviews may be asked to expand upon any of the information presented in their proposal related to any of the evaluation criteria; to respond to questions to establish their understanding of government needs, policies, and approaches; and to provide technical approaches and conceptual design solutions to the project. Elaborate presentations are not desired. The interview will be a total of one hour long. The firms must bring to the interview, at a minimum, the key members of the proposed project team, such as the Project Manger and the lead engineers. A site visit may be arranged during this period prior to the interview. Debriefing requests will not be entertained prior to 45 days after the proposal due date. It is the Government’s intent to incorporate Look-Up Tables into the contract which may be used as payment provisions at the Government’s discretion. NOTE: As part of the interview, the slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) if the firm is a large business concern. Firms will be required to identify and commit to the published Small Business Subcontracting Program. As part of its Fiscal Year commitment to socioeconomic initiatives of the Federal Government, the U.S. General Services Administration has established a subcontracting goal of 37 percent for small business, which includes 6.0 percent for small disadvantaged business, 5.0 percent for small women-owned business, 3.0 percent for small HUBZone participants, 3.0 percent for service disabled veteran-owned small business, and 5.0 percent to veteran-owned small business. In support of the agency efforts, firms seeking consideration for this contract shall provide maximum practicable subcontracting opportunities for small, small disadvantaged, small women-owned, small HUBZone, and small veteran-owned businesses. The use of subcontractors/consultants shown on the submitted SF330’s will be reflected in a Small Business and Small Disadvantaged Business Subcontracting Plan included in this contract.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b304ec6260fab63adddad561ff401ade&tab=core&_cview=1)
 
Place of Performance
Address: U. S. Social Security Administration Headquarters, Woodlawn, Campus, 6401 Security Boulevard, Woodlawn, Maryland, 21235, United States
Zip Code: 21235
 
Record
SN01792450-W 20090416/090414221432-b304ec6260fab63adddad561ff401ade (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.