Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2010 FBO #3186
SOLICITATION NOTICE

C -- First Impression Program Workshop

Notice Date
8/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural 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-C-0214
 
Archive Date
9/11/2010
 
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
Total Small Business
 
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. THIS IS A SMALL BUSINESS SET-ASIDE. The associated North American Industrial Classification System (NAICS) code for this procurement is 541310 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 services for a First Impression Program Workshop. Background: Established in 1998, First Impressions Program is collaboration between the General Services Administration and the design community. The goal of the program is to extend the vision of the Design Excellence Program into existing Federal plazas and the occupied building lobbies that are often a visitor's "first impression" of the Federal Government. To that end, the Office of the Chief Architect sponsors a biennial workshop. The workshop brings together the entire First Impressions family: the program's regional champions, experts from related program areas within the Office of the Chief Architect, Customer Service representatives, and the program's design professionals. During the two-day workshop, recent developments and issues significant to the program are reviewed. This is a very important year for the program, it's a great opportunity to take a look at where we have been, need to be, and discuss where we need to go from here in regard to GSA's First Impressions program. Objective: To acquire Architect-Engineers who will travel to Philadelphia to participate in the First Impressions Workshop, the week of November 15, 2010. This course will present guiding principles of the PBS philosophy and approach to customer service as well as a snap shot of how well we are doing now. This is very different level of focus than that currently being addressed by the Office of Customer Service. In keeping with the Commissioner's belief that some good practices should not be optional - if we are a customer service organization then there ought to be very specific behavioral expectations and requirements for which all associates are held responsible. It will focus upon students developing strategies and tactics to increase key customer desires for more frequent project updates, commitment to price, commitment to schedule and the behavior necessary to create world-class customer service. This course would be designed for all PBS employees and offering an understanding of the complex nature of PBS programs in place, and research available tactics necessary to deliver and assess world class service delivery. Required Services: The First Impressions 2010 Workshop will be held in Washington DC. During the workshop, speakers and presentations will provide an overview of the program. Discussions will be facilitated regarding key program issues (successes and deficiencies). The presentations should present a comprehensive overview of First Impressions projects and an overview of how projects are approached. Examples of completed work and copies of the digital presentation shall be provided to participants. This contract shall include expenses for non-GSA presenters (at least three, one from each of the following - AIA, ASLA, BOMA) to attend for a day-and-a-half, including travel, two nights accommodation, and their hourly rate for the portions of the Workshop they are required to attend. Contractors and presenters are welcome to bring additional staff to the workshop at their own expense. The contractor for this requirement must have previous experience planning symposia and other major events. The contractor must have experience with gathering stakeholders from nonprofit, government, university and other private sector agencies. This one-day workshop should be designed to review program history, showcase program accomplishments, and encourage open dialogue for moving forward. The program scope includes predominantly BA54 and BA04 funded projects -- involving multi-disciplinary teams led by project managers in federal facilities. This course is required for employees identified on a Large Project Team. This workshop is not already developed; contractor would need to deliver this 1 day workshop utilizing expertise of Architects who have worked on First Impressions projects. Facilitation Services: •Organize and manage the workshop event •Provide Facilitation and related decision support; •Engage in collaboration efforts; •Convene and lead large and small groups; Self directed teams; •Assist in problem solving techniques; •Define and refine and finalize the agenda; •Debriefing and overall meeting planning; •Resolving disputes, disagreements, and divergent views •Logistical meeting/conference support; and •Preparing draft and final reports for dissemination Deliverables: Detailed deliverables will be defined and delivery dates specified in the project plan after award by the designated Contracting Officer's Representative (COR). The Government will review and comment on all deliverables within 10 days of receipt. The COR shall make acceptance or rejection of each deliverable in writing. The contractor shall correct the deliverable as needed and return it within 5 workdays of receipt. The Government will review the resubmitted deliverable within 5 workdays of receipt. The following deliverable table defines high-level requirements for delivery: Task Deliverable Description Workdays after Project Start 3.1 Project plan At Start 3.1 Project Schedule Ongoing 3.1 Project Status Meeting Ongoing 3.1 Implementation Plan 10 Days 3.2 First Draft of Agenda & Curriculum 15 Days 3.2 Government Comments on first Draft 25 Days 3.2 Final workshop material, Execution of Workshop, Manual and Outcome Report 40 Days All deliverables shall be presented to the Contracting Officer's Representative (COR) by close of business on the specified due date identified in the Project Plan, or as agreed. Four hard copies and one electronic media copy of each written deliverable will be delivered in Microsoft Office Format. All deliverables will be delivered to the COR. Contractor will deliver the required workshop presentations, manuals, workbooks, and reference materials to the workshop site (specific dates and locations to be determined). Within ten (10) days after Notice to Award, the A-E shall furnish a proposed schedule indicating specific dates for project submission. Allow for GSA reviews and approval between submissions. Milestones are as indicated above, the schedule for all other interim submissions should be proposed by the A/E. BENEFIT DELIVERABLES The workshop will strive to impart the following on participants: • The extreme importance of a what employees can do to foster a customer centric approach to program implementation • Underscore the building blocks of resources currently available in PBS to assist with First Impressions program implementation tactics • Critical thinking skills in recognizing impediments and solutions for program responsiveness and project success • Dovetails with emphasis on communication, professional behavior in our service approach and direct impacts to customer PROJECT MANAGEMENT This course provides the foundation, experience, techniques and tools to manage each stage of the project life cycle, work within organizational and cost project life cycles, work within constraints, set goals tied directly to stakeholder needs, get the most from your project management team, and utilize state-of-the-art project management tools to get the work done on time and within budget. Upon course completion, the participants will be able to: • Understand the Process of Managing Projects • Build Projects from a Clear Need that aligns with First Impressions goals • Identify Keys to Successful Project Selection • Clearly define the Project • Understand how Realities of Organizational Life Affect Projects • Understand that Capable People are the Heart of Every Project • Set the Project Course • Manage Project Changes • Close Out Projects and documentation of results CASE ANALYSIS: LEARNING FROM THE PAST The Contractor must propose a similar course relating to the following course studies: • Presents case studies of actual First Impressions projects. It must be designed to explore the pros and cons of projects and work efforts from their inception through completion. • Focuses on decisions, outcomes, and the tactics, which increased opportunities for success. • Shares lessons learned, best practices, and the expertise and insight used on First Impressions projects. • The case study format enables 3-5 projects to be explored in one session. The key aspects of a project can be discussed separately or linked to other projects to present a full understanding of programs, decisions, alternatives and other key aspects of a project lifecycle. • Playbook Overview of the key interactions, customer levels, products resources and tools required to be used during a First Impressions project from cradle to grave. Period of Performance: The period of performance for the contract is date award through September, 2011. Price Schedule: The Contractor shall complete the attached Pricing Schedule and submit under Volume I of their proposal. Technical Evaluation: Volume II shall include a response the government's requirement and evaluation criteria. DO NOT INCLUDE ANY PRICING INFORMATION IN VOLUME II. Design Services Quantity Unit Unit Total Total 1 Svc $ $ 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, and Technical Approach and Price (Discounts are encouraged.) When combined, technical (Past Experience and Technical Approach) is more important than price. The evaluation criteria are (in order of importance): Past Experience: • Knowledge and Past Experience; demonstrated ability to provide creative and sustainable landscape projects within strict budget limitations. • Resource Availability with skills/disciplines proposed • Knowledge and skill of key personnel proposed related to sustainable landscape design Technical Approach: • Technical Approach: General scope and approach to meet sustainable landscape goals • Demonstrated knowledge of native plants, native plant associations, sustainable building materials, weather appropriate irrigation systems, etc. Note: The contractor's quality of work, cost control and business relations shall be evaluated under this requirement. The contractor shall submit three past performance references relating to this requirement and include the following information: 1) Agency or Company; 2) Name of POC; 3) Telephone Number; 4) Email Address; and 5) Description of Services. RELEVANT PROGRAM LITERATURE The following documents apply to this project, and should be used as guidelines for this project. Specific performance requirements are specified in the First Impressions mission statement. Where any of these documents conflict, the First Impressions Program Manager shall be consulted to mitigate. • "GSA Design Notebook for Federal Building Lobby Security," First Impressions Program, Office of The Chief architect and Construction Programs, Public Buildings Service, General Services Administration. • "GSA Achieving Great Federal Public Spaces," A Property Manager's Guide, September 29, 2004, For Official Use Only. • "Design Services for Lobby Security Upgrades for Historic Buildings", U.S. General Services Administration, Office of the Chief Architect and Construction Programs. • "GSA First Impressions Signage Guidelines - Signage Program Goals," General Services Administration, Office of the Chief Architect and Construction Programs, For Official Use Only. • "GSA Building Design Standards - Design Principles", Guidelines for archive and documentation of existing building features, General Services Administration. • "Facility Standards for the Public Buildings Service," PBS-P100, U.S. General Services Administration, Office of the Chief Architect and Construction Programs, Revised 2005. Submission of Proposals: The Contractor's proposal is due on or before August 27, 2010 by 12:00pm EST. Proposals will be evaluated based on best value to the government. Offerors must submit their final proposals for evaluation. Proposals must be submitted by email to Erica Pelham at Erica.Pelham@gsa.gov. Offerors proposal should be submitted in a PDF file. The following Federal Acquisition Regulation (FAR) provisions are hereby applicable and incorporated by reference: 1) The provision at 52.212-1, Instructions to Offerors - Commercial Items; and 3) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors shall include a completed copy of the Online Offeror 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 offerors 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-C-0214/listing.html)
 
Place of Performance
Address: 1800 F Street, NW, Washington, District of Columbia, 20405, United States
Zip Code: 20405
 
Record
SN02240555-W 20100815/100814000141-2f41ed58198bccd86ccf4d3bec6b44ab (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.