Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
SOLICITATION NOTICE

C -- State of Ohio Architect and Engineering IDIQ Contract - SF 330

Notice Date
7/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division- Ohio Service Center, General Services Administration, Public Building Service, 201 Superior Avenue, Cleveland, Ohio, 44114, United States
 
ZIP Code
44114
 
Solicitation Number
GS05P10SLD0065
 
Point of Contact
Zachary Anderson, Phone: 312-886-6926, Ghainous I. Diallo, Phone: (216) 522-3587
 
E-Mail Address
zachary.anderson@gsa.gov, ghainous.diallo@gsa.gov
(zachary.anderson@gsa.gov, ghainous.diallo@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Standard Form 330 This procurement will result in multiple, indefinite delivery indefinite quantity (IDIQ) contracts to provide Architect and Engineering services for projects in the state of Ohio. 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 include 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 discretion of the Government. The maximum order limitation is $1,500,000 for each one year period. The minimum guarantee for this contract is $250.00 for the base 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 geographic area of Ohio. 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. This procurement is totally set aside for small business concerns. The NAICS Code is 541310, with the Small Business Size Standard of $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. NO LARGE BUSINESSES WILL BE CONSIDERED FOR THIS PROCUREMENT. The Government's evaluation board will review each team's qualifications and then establish a shortlist of two to eight firms. 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 conservation 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 post occupancy. Teams should highlight concentrated areas of expertise such as Design Innovation, Historic Preservation, or Sustainable 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 Ohio, 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 required as appropriate. IV. Past Performance (10%) Teams must be able to demonstrate successful past performance on example projects from the third party prospective. 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 on August 16, 2010 no later than 3:00 p.m. Central Standard time. Please provide only the information requested as 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 the resultant 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 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. Provide only 10 total example projects. Projects should demonstrate ability to successfully 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 Lead 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 A) designing within the negotiated fee, B) meeting design schedule and C) 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 entire state of Ohio including all GSA facility 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 firm's 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) Lead designer 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 six contracts from this notice but reserves the right to vary that number based on number and quality of submissions. An outreach meeting will be held for all prospective bidders on Thursday July 22, 2010 at 2 pm EST in Conference Room 506 of the Howard M Metzenbaum US Courthouse, Cleveland, OH.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PT2/GS05P10SLD0065/listing.html)
 
Place of Performance
Address: Throughout the entire state of Ohio, Ohio, United States
 
Record
SN02208885-W 20100718/100716235241-78b3f212a086dabc88991e3360c10cf5 (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.