Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2010 FBO #3183
SOLICITATION NOTICE

A -- Design-related Research, Analysis and Planning Services

Notice Date
8/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541490 — Other Specialized Design Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Physical Capital Asset Management Division (PGE), 1800 F Street, NW, Room 4302, Washington, District of Columbia, 20405
 
ZIP Code
20405
 
Solicitation Number
GS-00P-10-CY-D-0201
 
Archive Date
9/24/2010
 
Point of Contact
Erica B Pelham, Phone: (202)501-3394, Collette Scott, Phone: (202) 501-9154
 
E-Mail Address
Erica.Pelham@gsa.gov, collette.scott@gsa.gov
(Erica.Pelham@gsa.gov, collette.scott@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. The associated North American Industrial Classification System (NAICS) code for this procurement is 541490 with a small business size standard of $7.0M annual gross receipts for a period of three (3) years. General Services Administration (GSA), Public Buildings Service (PBS), Contracting and Facilities Division (PGE), is requesting design program planning-related services. Background: Excellence in Federal design is not a luxury, but rather a government imperative. Quality design and effective design processes can improve the reach, efficiency and caliber of government program delivery. It can enhance the impact of public architecture, infrastructure, and urban design services that government provides to the American people, as it symbolizes our nation's enduring values. The present project will aim to translate this understanding into a new initiative that enhances the General Services Administration's commitment to design excellence, and informs the National Endowment for the Arts (NEA) investments in good design, livable communities, and creative place-making. Overall the aim is to foster the precepts of "The Guiding Principles for Federal Architecture," as well as inculcating an ethic of quality design across Federal agencies in such areas as urban design, landscape architecture, graphic design, and in public spaces generally. This project is a partnership between the GSA and the NEA. Objective: To acquire professional services including, but not limited to, research, analysis, and planning of a new design initiative between GSA and the NEA. The initiative will draw on the lessons of GSA's Design Excellence Program, the NEA's partnerships and programs in the area of design, and from other existing governmental programs that champion good design, sustainable development, and creative place-making: The selected contractor will be asked to analyze those programs that have demonstrated success. Moreover, the selected contractor will identify pathways to educate all federal and public agencies about the direct correlation between design quality and improvements in productivity and lifecycle costs, and about attaining design quality in government programs. These paths should draw on both private and public-sector expertise to improve the services provided to the American taxpayer-specifically the construction projects undertaken by GSA and of the design and creative place-making investments by the NEA. Required Services: The contractor shall provide the services listed below: •Develop a comprehensive history of federal design and planning over the last 50 years. The historical survey will highlight best practices as well as failures, and relate these within the relevant broader contexts and trends. •Catalog the most effective design programs, policies, and initiatives currently in operation nationally and internationally, and identify key lessons learned in these models. •Facilitate structured conversation(s) with government experts, current civil servants, private-sector professionals, and other stakeholders specializing in architecture, urban design, sustainability, and related fields, to ascertain opportunities for a more effective and productive relationship between industry and government. If necessary, secure the involvement of an appropriate host or management partner to ensure the success of these events. •Record respondents' dialogue and analyze these materials for salient points; then circulate to participants for review, comment, and sign-off. •Append the points and follow-up comments with the history as a briefing document (exact format to be determined). •Assist GSA and NEA in assembling an advisory committee to refine and identify opportunities to improve existing systems and proposing new initiatives based on the research and analysis conducted. •Develop a specific strategy to apply known best practices more broadly throughout relevant Federal programs, develop and implement new innovative design program techniques, and share the strategy with Federal and non-Federal clients to enlist allies and generate momentum toward this effort. Deliverables: The contractor shall provide the deliverables below: Deliverable 01: Base Research: December 15, 2010 Deliverable 02: Analysis, Planing, and additional Research: March 15, 2011 Deliverable 03: Final Report and Implementation: April 29, 2011 Period of Performance: The period of performance for the contract will be from September 2010-September 2011. Price Schedule: The Contractor shall complete the attached Pricing Schedule and submit under Volume I of their proposal. Design Services Quanity Unit Unit Total Total Evaluation Criteria: The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: Past Experience; Professional Expertise; Work Plan and Infrastructure; price (discounts are encouraged). In combination, technical criteria (Past Experience, Professional Expertise, Work Plan and Infrastructure) are more important than price. In order of importance, the evaluation criteria are: 1. Professional Expertise: The selected contractor must be able to demonstrate its assembled team's expertise in the subject matter, which encompasses both the contemporary design world and government policies and procedures. Key individuals identified to participate in the project must be able to prove expertise in these areas. This may be achieved through past academic research, employment experience, or other similar means. Teams must also include an individual with experience as a facilitator for large events. 2. Past Experience. The selected contractor must be able to demonstrate that, within the team it assembles, it has successfully undertaken projects of related complexity. 3. Work Plan: The selected contractor must present a summary work plan documenting who will be working on the project, the distribution of tasks, and the associated timeframes required for completing the base research; the analysis, planning and any additional research; the final report and implementation; and any follow-up required beyond these tasks. Contractors should cite any activities or events that might facilitate this work. These plans will be assessed based on the viability of the schedule and the ability of the individuals scoped to perform the tasks to meet the proposed plan. 4. Infrastructure: The selected contractor must be able to demonstrate the provision of sufficient space and technology to execute project responsibilities. Submission Materials for Interested Contractors: Interested contractors should submit the following materials to demonstrate their ability to perform the services requested under the scope of work: 1. Professional Expertise. A statement of interest that clearly documents the contractor's working knowledge of both the contemporary design world and government policies and procedures. A list of key individuals identified to participate in the project and their resumes must confirm expertise in these areas. Notable achievements may include past academic research or previous employment experience. Teams must also include an individual with experience as a facilitator for large events. They must also be able to demonstrate sufficient technology to record any proceedings. 2. Past Experience. A list of similar projects organized by the contractor, including a summary of the key goals, documentation as to whether goals were achieved, and a sample or samples of the summary publications produced as follow-ups. 3. Work Plan. The selected contractor must present a summary work plan documenting who will be working on the project, the distribution of tasks, and the associated timeframes required for completing the base research; the analysis, planning and any additional research; the final report and implementation; and any follow-up required beyond these tasks. Contractors should cite any activities or events that might facilitate this work. These plans will be assessed based on the viability of the schedule and the ability of the individuals scoped to perform the tasks to meet the proposed plan. 4. Infrastructure. The selected contractor must be able to demonstrate the provision of sufficient space and technology to execute project responsibilities, including potential meeting sites for any structured conversation(s) where a large attendance is anticipated. Submission of Proposals: The Contractor's proposal is due on or before 12:00pm, E.S.T., September 9, 2010. Proposals will be evaluated based on best value to the government. Contractors must submit their final proposals for evaluation. Proposals must be submitted by email to Erica Pelham at Erica.Pelham@gsa.gov. The following Federal Acquisition Regulation (FAR) provisions are hereby applicable and incorporated by reference: 1) The provision at 52.212-1, Instructions to Contractors - Commercial Items; and 3) The provision at 52.212-3, Contractor Representations and Certifications - Commercial Items. Contractors shall include a completed copy of the Online Contractor Representations and Certifications Application. Please refer to http://www.orca.bpn.gov. A completed copy of the Representations and Certifications should be included with the offer. The following Federal Acquisition Regulation (FAR) clauses are hereby applicable and incorporated by reference: 1) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items; and 2) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 3) The clause at 52.225-13, Restrictions on Certain Foreign Purchases; and 3) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (ALT I). The following General Services Administration Acquisition Manual (GSAM) clauses are hereby incorporated by reference: 1) The clause at 552.212-71, Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items is hereby incorporated by reference; clauses, 552.215-70, 552.228-70, 552.229-70, 552.232-70, apply to this solicitation and any resultant contract. The government anticipates a Firm-fixed price contract. All contractors must be registered in the Central Contractor Registration (CCR) before being considered for award. Information concerning CCR requirements may be viewed via Internet at www.ccr.gov or by calling 1-888-227-2423.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/PHA/GS-00P-10-CY-D-0201/listing.html)
 
Place of Performance
Address: 1800 F Street, NW, Washington, District of Columbia, 20405, United States
Zip Code: 20405
 
Record
SN02234929-W 20100812/100810235352-878ebcca84130744428405ab62d814e2 (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.