Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2010 FBO #3011
SOLICITATION NOTICE

C -- ARCHITECTURE ENGINEERING SERVICES IDIQ CONTRACTS, EASTERN SERVICE CENTER, GENERAL SERVICES ADMINISTRATION, PUBLIC BUILDINGS SERVICE, REGION 10

Notice Date
2/19/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division, Design & Construction Contracting Branch (10PCC), 400 15th Street SW, Auburn, Washington, 98001-6599
 
ZIP Code
98001-6599
 
Solicitation Number
GS-10P-10-LT-D-0022
 
Archive Date
4/6/2010
 
Point of Contact
Sue Saucier, Phone: 253-931-7127, Dwayne Cannon, Phone: 253-931-7491
 
E-Mail Address
sue.saucier@gsa.gov, dwayne.cannon@gsa.gov
(sue.saucier@gsa.gov, dwayne.cannon@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
***SYNOPSIS FOR ARCHITECT-ENGINEER IDIQ CONTRACT ***This request is being solicited as a Total Small Business Set-Aside. The size standard determination for this acquisition is based on average annual receipts of not more than $4.5 million over a concern's latest three (3) completed fiscal years. The NAICS Code is 541310. ***The contract will result in multiple firm-fixed price indefinite delivery, indefinite quantity (IDIQ) contracts to provide Architect and Engineering services based on, but not limited to: The issuance of task orders for the preparation of designs, plans, specifications, estimates, record drawings, miscellaneous studies and reports, surveys, construction support services, and construction management for projects managed by GSA Region 10's, Eastern Service Center with headquarters located in Spokane, Washington. The Eastern Service Center supports facilities located in Eastern Washington, Eastern Oregon, and Idaho with hub cities located in Spokane, Washington, Richland, Washington, and Boise, Idaho. The proposed task orders have an anticipated design cost range between $2,500 and $300,000. The maximum contract value for each IDIQ is not-to-exceed $1.5 million. ***Projects may involve work in specialty areas such as alterations in historic buildings or asbestos abatement work. Discipline and services required may include architectural, electrical, mechanical, structural, civil engineering, communications, energy conservation, cost estimating, fire safety, historic preservation, construction management, and hazardous material consultant services. Expertise in the areas of space planning and green/sustainable building design is also desired. ***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 selected firm must negotiate overhead, profit and hourly rates for anticipated disciplines for use in negotiating fixed priced task orders. ***Consideration will be limited to the following criteria: (1) firms having an existing active design production office within 100 miles of one or more of each of the following areas: Area One: within 100 miles of Spokane, Washington and the capability to provide support for all of Eastern Washington and Eastern Oregon; Area Two: Richland, Washington and the capability to provide support for all of Eastern Washington and Eastern Oregon; Area Three: Boise, Idaho and the capability to provide support for all of the state of Idaho. (2) Joint venture or firm/consultant arrangement will be considered and evaluated on a demonstrated interdependency of the member to provide a quality design effort. (3) All firms and their consultants must have in house CADD capabilities and use AIA Masterspec as the basis for developing the construction contract documents. ***Selection to be based upon: ***(1) PROJECT TEAM (20%) - Key Personnel qualifications and relevant experience as individuals and as a team, in particular on small to medium renovation type projects. ***(2) DESIGN MANAGEMENT (20%) - Project planning, coordination, scheduling, cost control methods, production facilities capabilities and techniques for both design projects and construction services. ***(3) DESIGN ABILITY/POTENTIAL (20%) Including visual and narrative evidence of team's ability with respect to innovative, quality and flexible design solutions, in particular as it applies to small and medium-sized projects. ***(4) DEMONSTRATED DESIGN EXPERIENCE (20%) Specialized experience with small to medium projects; familiarity with Government regulations and specification and ability to expedite Design and Bidding documents. It is very important that the contract be able and willing to respond to small projects, as they will be the most common. ***(5) PAST PERFORMANCE (10%) Provide a current client reference contact for a minimum of five (5) projects completed in the last two (2) years. Provide for each project, name, title, address, phone/fax number and e-mail of owners representative. Projects submitted should demonstrate a desire for smaller projects, but also the ability to handle medium sized projects. ***(6) SPECIAL (10%) Demonstrate knowledge of projects in historically sensitive buildings and energy conservation design. ***The Government evaluation board will review qualifications and then establish a list of 8-12 of most qualified firms. The board reserves the right to hold interviews with each of the most qualified firms. ***REQUIRED DOCUMENTS: Interested firms having the qualifications to meet these requirements are invited to submit three (3) copies of Standard Form 330 along with a letter of interest no later than close of business (4:00 PM) March 22, 2010. Limit the SF 330 along with supporting data to a total of not more than 50 pages (8 X 11) for the entire team. All responsive offers will be considered. This is not a request for proposal. The Government intents to award up to six contracts (minimum of two in each area) from this notice but will reserve the right to add additional awards. ***Identify submittal with GS-10P-10-LT-D-0022 and address to: General Service Administration, 10P2PCQ, Attn: Sue Saucier, 400 15 th Street SW, Auburn WA 98001. ***Small Disadvantaged, Women-Owned, HUBZone, Veteran-Owned and Disabled Veteran Owned businesses are encouraged to submit responses. ***It is recommended that, while viewing the synopsis on FedBizOppos.gov, interested contractors register to receive notification of updates to this acquisition. ***All questions regarding the nature of this notification should be directed to Sue Saucier, Contracting Officer, (253-931-7127 or sue.saucier@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PDC/GS-10P-10-LT-D-0022/listing.html)
 
Place of Performance
Address: Various Buildings within the geographic contraints of the:, General Services Administration/Public Buildings Service, Southern Service Center Headquarters, 920 W Riverside Avenue, Spokane, Washington, 98201-1010, United States
Zip Code: 98201-1010
 
Record
SN02069816-W 20100221/100219235344-1d8ef34fabf4b06c0051bfc2bc355e64 (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.