Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SOLICITATION NOTICE

C -- IDIQ Contract for Architect & Engineering Services

Notice Date
8/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Upstate New York Acquisition Unit (2POA-U), James M. Hanley Federal Building & Courthouse, Room 1350, 100 South Clinton Street, Syracuse, New York, 13261-7005
 
ZIP Code
13261-7005
 
Solicitation Number
GS02-P-10-PW-D-0013
 
Archive Date
9/22/2010
 
Point of Contact
Kevin J Flanagan, Phone: 315-448-0947, Katherine S. Wheeler, Phone: 315.448.0605
 
E-Mail Address
kevin.flanagan@gsa.gov, katherine.wheeler@gsa.gov
(kevin.flanagan@gsa.gov, katherine.wheeler@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The General Services Administration (GSA) Public Building Services Upstate New York Service Center requires architect/engineer (A/E) services for a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for services that include but are not limited to architectural design, landscape design, interior design, lighting design, structural engineering, fire protection engineering, mechanical and electrical engineering, civil engineering, geotechnical engineering, structural engineering, cost estimating, hazardous abatement design, commissioning services, project monitoring services for hazardous abatement work, historic restoration/preservation design services, autocad drafting services, construction inspection services to review design drawings and specifications, and quality control investigative services to review construction work, when required by a task order. In accordance with Federal Acquisition Regulation (FAR), Subpart 16.5, Indefinite Delivery Contracts, offerors are advised that the government intends to award a single contract as a result of this solicitation. In the base period and any subsequent option periods (if exercised), the contractor will furnish services at a minimum dollar amount of $2,500. The maximum amount which will be ordered by the government and furnished by the contractor will not exceed $600,000 per year for a total of $3,000,000.00 for the base period and any subsequent option periods (if exercised). Estimated start date for this contract is January 2010. Total contract term is one year with four one-year option periods. Each performance period will run 365 calendar days, or until the maximum dollar limit is reached, whichever occurs first. FAR Subpart 36.6, which implements the Brooks Act, selection procedures apply. This is a total small business set aside. The NAICS Code for this procurement is 541330 and the annual small business size standard is $4.5M. The A/E firm shall have the capability to concurrently perform design and engineering work for at least five GSA projects that have varying construction costs. The A/E will be required to produce specifications according to the CSI division format. The A/E will be required to include in all specifications the GSA Masterspec Division 1 which will be provided to the A/E by the Contracting Officer. REQUIRED SERVICES: The owners and principals of the A/E firm shall be licensed to practice architecture or engineering in New York State. Key personnel shall be licensed or accredited to practice their profession in New York State. The A/E firm shall furnish the necessary personnel, material, equipment, services, and facilities (except as otherwise specified) to perform the work described herein. The services shall include, but are not limited to, surveys; testing; reports; management plans; concept studies; design criteria development; all aspects of designs and drawings; specifications; cost estimates; shop drawing review and approval; construction monitoring; and inspection services as may be required under each task order. In addition to the services indicated above, the A/E's services shall also include: site inspection and environmental, health and safety related services by certified industrial hygienists; services of professional safety engineers, and certified safety professionals; the development of Environmental, Health and Safety Management Plans; roofing and waterproofing inspection, testing, and design; in-house personnel and facilities to accomplish computer assisted designs and facility management using hardware and software compatible with Autodesk AutoCAD version 2010 or higher; Building Information Modeling (BIM) software such as Revit, as well as space management software; creating and updating Facility Management databases including but not limited to inventories of equipment, hazardous waste/materials, and space; the development of assignment drawings from existing design intent drawings; incorporating graphics and statistical information, broken down by tenant organizational units; preparing take-offs and budgets; attending progress meetings during build-out phases and responding to any request for information (RFI); preparing statements of work for design-bid-build projects along with landscape design with focus on sustainable principles. SELECTION CRITERIA : Selection of the firm will be based on the following individual evaluation factors and the overall SSEB evaluation rating. Failure to provide requested data, inaccessible points of contact, or invalid phone numbers could result in a firm being considered less than qualified. Factor (1) Past Performance on Design (30%) Factor (2) Design Management and Philosophy (30%) Factor (3) Construction Management and Administration Expertise (20%) Factor (4) Specialized Design Expertise (15%) Factor (5) Design work in Geographical Area (5%) Criterion 1: Past Performance on Design (SF 330, Part 1, Section H) (30%): •a) Design approach - Provide a narrative detailing how well the A/E firm met their clients' program, function, image, mission, budget, schedule and operational objectives have been satisfied) for three past projects. The narrative design approach statement for each project shall be limited to a maximum of three pages per project. The firm shall also submit a Standard Form 330 with a narrative about the firm's key personnel's roles and responsibilities on past projects. Both the narratives and the Standard Form 330 will be evaluated by the Source Selection Evaluators to determine the firms rating for this factor. Key personnel includes but is not limited to the A/E firms principals, project manager, engineering staff and designers. •b) Similar Projects - The firm shall submit a narrative and graphics (maximum of three pages per project) for three projects that have been completed during the past five years. The narratives submitted should be for three projects that have construction costs between $100,000 and $2,700,000 which are representative of the most complex type projects representing "Fine Design" that the firm has developed. Fine Design is defined as projects requiring the A/E to possess skills that are needed in our most complex and detailed level of work: courtroom design and construction. Courtroom design encompasses tasks such as millwork, security design, interior design, lighting design, audio/visual design and a intricate knowledge of the customer requirements and a commitment to the high level of customer service these often projects require. Fine Design also includes the need for the A/E to provide all other disciplines involved in major construction/renovation design such as mechanical, electrical plumbing, civil, structural and environmental design. Although this contract is primarily for projects that will involve courtroom work, there may be a need for these types of skills for other GSA or tenant driven projects. •c) The narrative shall address the following factors: design approach with salient features for each project; and how the client's program, function, image, mission, cost control, schedule and operational objectives were satisfied by the overall design/planning solution. Submittal of less than three projects will result in a lower score. If more than three projects are submitted, only the three most recently completed projects will be considered. The complexity of the project considers the degree of tenant and/or owner involvement in the design and any special phasing requirements. The most complex projects include Federal, State or Municipal court space where the clients include court officials, security officials, prosecuting officials, museums, hospital projects, and laboratory projects. The next most complex projects include corporate, institutional or governmental office space where there are many organizational functions represented and/or there were special phasing requirements to keep the facility in operation. The least complex projects are those of minimal client involvement such as roof replacements, tuck pointing, and parking lots. Projects not completed within the last five years will not be considered. Project data shall include, project name and location, description, initial and final construction cost, and design start, lead designer, construction start and completion dates. •d) References - In addition to the projects required above, provide a client/owner reference contact and general contractor reference contact for each project, including name, title, address, phone, and fax numbers. Include evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Criterion 2: Design Management Experience and Philosophy (SF 330, Part 1, Section H) (30%): submit a narrative (maximum length of two pages) addressing: a) Design philosophy, energy consciousness and low maintenance design experience - Indicate the firm's design philosophy and approach to public architecture; indicate how energy-conscious and low maintenance design features are incorporated into your designs. b) Methods - Indicate how project management, coordination, quality control, planning, scheduling, timeliness, problem resolution and cost control measures are addressed by the firm during design. Firms should also address their current quality assurance plans. Also, indicate the firm's present workload. The firm must demonstrate that it has the resources to manage at least five concurrent multi-disciplined projects. c) Composition of Design Team - Provide an organizational chart (separate page, not counted as part of the two page narrative) and a description of the background and qualifications of key team personnel indicated on the organizational chart. Provide brief resumes of each proposed team member (prime and sub-consultants) who will specifically perform tasks listed under the Scope of Work for this contract. Submit resumes of the owners and principals of the A/E firm, Architect, Mechanical Engineer, Electrical Engineer, Asbestos Abatement Designer, Structural Engineer, Industrial Hygienist, Landscape Architect, Civil Engineer, Environmental Engineer, Fire Protection Engineer, Lighting Consultant/Engineer, Interior Designer, and Historical Preservation Specialist/Engineer. Information for key team personnel is to be indicated on the resume pages of the Standard Form 330. •e) Describe the nature and extent of offeror's technical experience - The key team personnel indicated as part of SF 330 shall be the same as indicated on the organizational chart. Where applicable to the individuals that are part of the team, the resume information shall address the following: The highest level of education achieved and the number of years engaged in their discipline, professional license should also be included, ability to communicate effectively, orally and in writing; experience in preparing written reports and correspondence; experience in conducting meetings; ability to resolve problems; experience with the production of construction documents; familiarity with manufacturer's products; experience in construction administration, and experience in the design of similar type facilities as indicated in this solicitation. Criterion 3: Post Construction Contract Award Services and Administration Expertise (SF 330, Part I, Section H) (20%): Provide a narrative (maximum length of two pages) to address: a) Composition of Construction Services Team - Provide a description of the background and qualifications of key personnel, experience in construction inspection services and administration and list three projects where these services were provided within the past five years. b) Methods - Describe experience, understanding and ability to conduct construction inspection services, review submittals, respond to RFIs and process changes with the goal of limiting their impact on the project schedule. Describe the processes used to track, complete and return RFIs, submittals, and proposal requests. Describe ability to produce as-built drawings. Describe experience involving assembling, executing, inspecting and completing final close out punch lists. c) Address competency to complete the required work in the required time. Describe firm's capacity and provide a list of all projects completed by the firm within the past two years. Criterion 4: Specialized Design Expertise (SF 330, Part I, Section F, G & H) (15%): Provide a narrative (maximum of two pages) to address requirements described by subparagraphs a), b), c) and d); and provide a narrative (maximum of three pages) to address requirements described by subparagraph e). a) Building Design Specialties - the firm's familiarity and experience with courtroom design, roof replacement, interior design, elevator, childcare, building system evaluation, historic preservation, landscaping, laboratory, sustainable and accessible design. b) Building Design Basics - Mechanical, electrical, energy management system, structural design, and life cycle costing. c) Life Safety/Security Issues - Fire protection, life safety, and security systems design. d) Spatial Programming - Building Information Modeling (BIM) will be used rarely on projects under this contract. The deliverables under BIM in this contract shall be a supplement to the PBS CAD Standard Requirements and be in accordance with the GSA's BIM Guide as detailed at www.gsa.gov/bim. e) Leadership in Energy and Environmental Design (LEED) - Use of LEED concepts by the design team as a means to achieve better, more sustainable buildings, thus continually improving building quality and performance. Provide a maximum of five specific completed projects that best illustrate overall team experience working together and up to five additional projects completed with others. Include in block 24 of SF 330, Section F, a brief narrative for each project. Discuss effectiveness by conformance to scope, adherence to performance schedules, limiting changes and delivering a project that satisfies the customer's requirements. Criterion 5: Design/Production Office located in Geographical Area (SF 330, Part 1, Section H)(5%): The firm's and consultant's design/production offices must demonstrate that the firm has the ability to perform all contractual requirements for all buildings and properties located within the entire geographical area serviced by the Upstate New York Service Center. The Upstate New York Service Center currently has facilities in Albany, Utica, Syracuse, Rochester, Binghamton, Buffalo, and the Upstate New York Service Center also manages numerous border stations that are located at the northern border of New York State. The contract will require the firm to have an office in the geographical area before the contract can be awarded to them. Firms that are not currently located within the geographical area must provide a narrative (maximum of two pages), outlining their plan of action to open an office within the geographical area in order to receive partial credit for this evaluation factor. Firms will receive full credit for this evaluation factor if the firm can demonstrate at the time of solicitation that it currently has facilities that can serve the entire geographical area. SELECTION INTERVIEW REQUIREMENTS : At a minimum, interviews will be scheduled with the three most highly qualified firms. Firms slated for interviews may be asked to explain the firm's management and abilities. Elaborate presentations are not desired. Final selection of the firm(s) will be based on a combined score of the SF 330 submittal and interview. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit four paper copies and one electronic copy on CD of the SF 330, Part I, and four paper copies of the SF 330, Part II for the firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Responding firms must submit a current and accurate SF 330, Part II, for each proposed consultant. The electronic proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. The SF 330 will be no longer than 30 pages in length (excluding the SF 330, Part IIs) and block H will be 30 pages or less in length. Each printed side of a page will count as one page. Release of firm status will occur within 10 days after approval of any selection. All responses on SF 330 to this announcement must be received no later than 4:00 p.m. local time on 7 September 2010. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Submit responses to General Services Administration, 100 South Clinton Street, Room 1350, Syracuse, NY 13261 ATTN: Kevin Flanagan. ADDITIONAL INFORMATION: All information must be included in the SF 330 package (cover letter, attachments, and excess number of pages will be excluded from the evaluation process). Per FAR 52.204-7, firms must be registered with Central Contractor Registration prior to contract award. Registration information is available at http://www.ccr.gov. The maximum contract value may not exceed $ 3,000,000 aggregate total. The minimum guarantee for the contract shall be $5,000.00 for the base year only. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. The hourly rates will be negotiated for each calendar (12-month period) year and are independent of which option year is in effect. The government may exercise the option period unilaterally. Estimated start date for this contract is February 2010. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. Firms that design or prepare specifications for a construction contract or task order issued under the resulting contract are prohibited from providing the subsequent construction services. This limitation also applies to subsidiaries or affiliates of the firm. Site visits will not be arranged during this period. Per FAR 36.607 (b) Debriefings of successful and unsuccessful firms will be held after final selection has taken place and will be conducted, to the extent practicable. (b) Debriefings of successful and unsuccessful firms will be held after final selection has taken place and will be conducted, to the extent practicable. THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. It is the offeror's responsibility to check the FEDBIZOPPS website at http://www.fedbizopps.gov for any revisions to this announcement or other notices. Contracting Point of Contact: Kevin Flanagan at (315) 448-0947, Email: kevin.flanagan@gsa.gov. Contracting Point of Contact: Katherine Wheeler at (315) 448-0605, Email: katherine.wheeler@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/2PMCU1/GS02-P-10-PW-D-0013/listing.html)
 
Place of Performance
Address: Multiple counties in New York State, Syracuse, New York, 13261, United States
Zip Code: 13261
 
Record
SN02232550-W 20100808/100806235929-e0aa563f0dd1fb4ebf4a90b6402382c2 (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.