Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2010 FBO #3231
SOLICITATION NOTICE

C -- Architectural-Engineering Services

Notice Date
9/27/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division, Southern Illinois/Indiana Service Center, General Services Administration, Public Buildings Service, 520 South 8th Street, Springfield, Illinois, 62703, United States
 
ZIP Code
62703
 
Solicitation Number
GS05P10SCC0077
 
Point of Contact
Jesse L Jones, Phone: 217-492-4290, Justin E Costello, Phone: 217-492-4086
 
E-Mail Address
jesse.jones@gsa.gov, justin.costello@gsa.gov
(jesse.jones@gsa.gov, justin.costello@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation number: GS05P10SCC0077 Agency/Office: Public Buildings Service (PBS) Great Lakes Region 05 Location: Property Management Service Center - Southern Illinois/Indiana Service Center Title: Indiana and Illinois (Except Cook County) Architect and Engineering IDIQ Contract Description(s): This procurement will result in multiple, indefinite delivery indefinite quantity (IDIQ) contracts to provide Architect and Engineering services for projects in the states of Indiana and Illinois (except Cook County). Scopes of the task orders issued under these IDIQ contracts 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 Contract Award Services (PCCAS). 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 contracts 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 $2,000,000 for each one year period. The minimum guarantee for this contract is $25,000 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. Consideration will be limited to firms having an existing active design production office within the geographic limitations of the States of Indiana and Illinois. Each member of any proposed joint venture must have an existing design production office within the designated geographic limitation. Joint venture of firm/consultant arrangements will be considered and evaluated on a demonstrated interdependency of the members to provide a quality design effort. In addition, all firms and their consultants must; 1) Have in-house CAD capabilities (compatible with the latest version of AutoCAD) and; 2) Prepare all specifications electronically (compatible with the latest version of Microsoft Word) for projects under this contract using the AIA Masterspec, and; 3) Prepare all estimates electronically [utilizing the most current version of the GSA Cost Estimating Workbook (CEW) format] compatible with the latest version of Microsoft Excel. Consideration for selection will be based upon the following evaluation criteria categories: •1) Project Team (20%): 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. •2) Design Management (30%): 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. •3) Design ability (25 %): 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. Project Director's philosophy is balanced and their intent/involvement for accomplishing task orders under this contract is required as appropriate. •4) Experience (25%): 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 In determining pricing for A/E work orders, the Government will use the fixed price amounts provided in the, "Supplemental Look up Table for Pricing Work Orders". The table will be provided to the A/E during initial contract negotiations. However, the Government reserves the right to award a contract based on negotiated hourly rates only. Three (3) copies of the Standard Form 330 ( www.FedForms.gov ) are due October 27, 2010, no later than 3pm (CST). Responses shall be addressed to: U.S. General Services Administration Public Buildings Service, Great Lakes Region 520 S. Eighth Street Springfield, IL 62703 Attention: Mr. Jesse L. Jones, Contracting Officer A short list of firms to be interviewed will be listed in this publication after submission and review of the above responses. This procurement is open to businesses within NAICS 541310 with a size standard of 4.5 million dollars. This procurement will be set-aside for small business. All prospective offerors will have to be registered with the Central Contractor Registration (CCR). This is not a request for proposal. Funds are not currently available for this contract. For further information contact Mr. Jesse L. Jones, Contracting Officer at (217) 492-4290.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PT4/GS05P10SCC0077/listing.html)
 
Place of Performance
Address: States of Indiana and Illinois (except Cook County), United States
 
Record
SN02298028-W 20100929/100927234711-1707cfb05f5701efd8c75e9d319e58fc (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.