Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2009 FBO #2867
MODIFICATION

C -- Architect and Engineering Services

Notice Date
9/28/2009
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division- Greater Chicagoland Service Center, General Services Administration, Public Buildings Services, 230 S. Dearborn Street, Chicago, Illinois, 60604, United States
 
ZIP Code
60604
 
Solicitation Number
GS05P09SID0157
 
Point of Contact
Deborah A. Durkins, Phone: (312) 886-6932, Andrew Daglas, Phone: 312-353-4364
 
E-Mail Address
deborah.durkins@gsa.gov, andrew.daglas@gsa.gov
(deborah.durkins@gsa.gov, andrew.daglas@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This contract will result in multiple, indefinite delivery indefinite quantity (IDIQ) contracts to provide Architect and Engineering services for projects managed by the Greater Chicagoland Service Center, which includes various locations in Northern Illinois and Northwest Indiana, including Rockford, Illinois. Scopes of the task orders issued under this IDIQ contract may include but are not limited to: pre-design studies, design, design review, procurement support, site investigations, site surveys, Feasibility Studies, Project Development Studies, Building Evaluation Reports, Master Plans, concept designs, construction documents, estimating, record drawings, constructability reviews, technical design reviews, shop drawing review and approval, construction site inspection, post construction award services (PCCS). Disciplines and expertise that may be required to accomplish the scopes of the task orders included but are not limited to: architecture, mechanical, electrical, plumbing, civil, structural, fire protection, life safety, security, blast, risk assessment, vertical transportation, space planning, real estate market analysis, interior architecture, historic preservation, estimating, master planning, report writing, quality control review, scheduling, surveying, LEED, sustainability, BIM, 3-D rendering, code compliance, hazardous material removal, Courts and U. S. Marshal expertise. The duration of the base period will be one (1) year. The contract will include a clause for four (4) options, each of which could extend the contract for an additional one (1) year period and may be exercised at the option of the Government. The maximum order limitation is $2,500,000 for each one year period. The minimum guarantee for this contract is $100 for each one year period. The selected firms must negotiate overhead, profit and hourly rates for major anticipated disciplines to be used in negotiating fixed price task orders. Firm/team must have an existing active design production office within the Chicago Metropolitan area. Joint ventures or firm/consultant arrangements will be considered and evaluated on a demonstrated interdependency of the team member to provide a cohesive quality design effort. The Government's evaluation board will review each team's qualifications and then establish a shortlist of two to six firms. This is a small business set-aside procurement. The NAICS Codes are 541310 and 541330. The Small Business Size is $4.5 million. For the purposes of this procurement, any concern will be classified as small business if its average annual gross revenue for the preceding three fiscal years does not exceed the small business size standard. A follow up listing of firms to be interviewed will appear in this publication. The board reserves the right to hold interviews with each of the short-listed firms to clarify and confirm submitted information. EVALUATION FACTORS: I. Specialized Experience and Technical Competence (50%) Team must demonstrate success in appropriately addressing high design issues such as community context, image, function and scale. Team must also be adept at solving the more mundane issues like ADA improvements, security, energy reduction and aging infrastructure. Team must demonstrate innovation in the use of new materials or old materials in new ways. Examples of using emerging new design and construction processes such as BIM and sustainable buildings must be shown. Teams must be able to provide services ranging from pre-design studies through construction completion. Teams should highlight concentrated areas of expertise such as Historic Preservation or Blast design. Consideration will be given to teams with outstanding specialized concentrated experience depending on the dispersion of specialized experience among other top ranked firms. II. Organization, Management and Quality Control (25%) All roles, responsibilities and lines of communication are defined, clear and efficient. Management Plan proposes some new ways of dealing with the old problems of 1) quality control, 2) efficiently and effectively covering the entire state of Minnesota and/or Wisconsin, and 3) dealing with the scheduling and staff issues resulting from the erratic issuance of task orders. III. Professional Qualifications (15%) Key Personnel must possess the education, qualifications and project experience that will provide the best opportunity for the successful completion of task orders under this contract. Lead Designer's Philosophy is balanced and their intent/involvement for accomplishing task orders under this contract is appropriate. IV. Past Performance (10%) Teams must be able to demonstrate successful past performance on example projects from the owner, peer and team mate point of view. The Government has the right to use corporate knowledge when evaluating this factor. REQUIRED DOCUMENTS: Interested firms having the qualifications to meet these requirements are invited to submit five (5) copies of Standard Form 330 along with a letter of interest no later than 10:00 a.m. local time October 26, 2009. Please provide only the information requested, supplemental information will not be evaluated. Required form 330 information/instructions: Section C: Do not modify the form by providing more than six proposed team members. Prioritize team members and provide those that are the most important to creating the most well rounded team or show your concentrated areas of expertise. It is recommended that firms responsible for the majority of the work submitted in section F be included. Section E: Do not provide any more than 6 key personnel. You will have to prioritize and provide those that best represent your ability to accomplish the requirements of this contract. CEOs and other executive personnel should not be submitted unless they will have direct responsibility for accomplishing the task orders under this contract. It is required that you include the Lead Architectural Designer and the Primary Point of Contact that would be responsible for managing this contract and assigning task orders. It is recommended that the Key Personnel directly responsible for work submitted in section F should also be included. Section F: Form can be modified. Each example project should be no more than 3 single sided pages. Photographs, sketches and drawings are welcome. Only provide 10 total example projects. Projects should demonstrate ability to successful accomplish a wide range of project types, sizes and budgets. Majority of projects should be constructed, all should be designed within the last 5 years. 3 out of the 10 have to be directly attributable to the Key Designer. Section G: Only indicate that Key personnel participated in example projects when they will be performing the exact same role on this contract. Section H: 1) Management Plan (not to exceed 3 pages) to include: Teams overall Management Philosophy and Intent including project assignment, communication, roles and responsibilities, etc. Quality Control Plan for 1) designing within the negotiated fee, 2) meeting design schedule and 3) designing a project within budget Plan for managing and scheduling the Government's unpredictable issuance of task orders in terms of number, importance and urgency. Plan for efficiently covering the Cook County, Illinois including locations where work will be accomplished. 2) Past Performance Documentation (for each sample project submitted in section F): Provide copies of any performance evaluations or owner review of firms performance. Provide an accessible owner point of contact including name, title, address and current phone number. Provide copies (or listing) of awards. Provide copies of letters of appreciation/commendations 3) Key Designer's Philosophy and Design Intent (not to exceed 2 pages) All responsive offers will be considered. This is not a request for proposal. The government intends to award from two to four contracts from this notice but reserves the right to vary that number based on number and quality of submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PT1/GS05P09SID0157/listing.html)
 
Place of Performance
Address: Various Locations in Northern Illinois and Northwest Indiana, including Rockford Illinois, Chicago, Illinois, 60604, United States
Zip Code: 60604
 
Record
SN01972998-W 20090930/090929000113-07e2be926a6b06b423294333c6c78dc9 (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.