Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2010 FBO #3263
SOLICITATION NOTICE

C -- ARCHITECTURE ENGINEERING SERVICES IDIQ CONTRACTS, WESTERN WASHINGTON STATE SERVICE CENTERS, GENERAL SERVICES ADMINISTRATION, PUBLIC BUILDINGS SERVICE, REGION 10

Notice Date
10/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division, Design & Construction Contracting Branch (10PCC), 400 15th Street SW, Auburn, Washington, 98001-6599
 
ZIP Code
98001-6599
 
Solicitation Number
GS-10P-11-LT-D-0005
 
Archive Date
12/14/2010
 
Point of Contact
Sue Saucier, Phone: 253-931-7127, Dwayne Cannon, Phone: 253-931-7491
 
E-Mail Address
sue.saucier@gsa.gov, dwayne.cannon@gsa.gov
(sue.saucier@gsa.gov, dwayne.cannon@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
***SYNOPSIS FOR ARCHITECT-ENGINEER IDIQ CONTRACT ***SOLICITATION NUMBER GS-10P-11-LT-D-0005 ***This request is being solicited as a Total Small Business Set-Aside. The size standard determination for this acquisition is based on average annual receipts of not more than $4.5 million over a concern's latest three (3) completed fiscal years. The NAICS Code is 541310. ***The contract will result in multiple firm-fixed price indefinite delivery, indefinite quantity (IDIQ) contracts to provide Architect and Engineering services based on, but not limited to: The issuance of task orders for the preparation of designs, plans, specifications, estimates, record drawings, miscellaneous studies and reports, surveys, construction support services, and construction management for projects managed by GSA Northwest/Arctic Region 10's, Seattle Metropolitan Service Center (headquarters located in Seattle, Washington) and Greater Puget Sound Service Center (headquarters located in Auburn, Washington). The two service centers (formerly jointly known as the Western Service Center) supports facilities located in the western half of the state of Washington including the border stations. The proposed task orders have an anticipated design cost range between $2,500 and $300,000. The maximum contract value for each IDIQ is not-to-exceed $3 million. The government intends to award three (NTE amount of $3 million) or four (NTE amount of $2.5 million) contracts. ***Projects may involve work in specialty areas such as alterations in historic buildings or asbestos abatement work. Discipline and services required may include architectural, electrical, mechanical, structural, civil engineering, communications, energy conservation, cost estimating, fire safety, historic preservation, construction management, and hazardous material consultant services. Expertise in the areas of space planning and green/sustainable building design is also desired. ***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 option of the Government. The selected firm must negotiate overhead, profit and hourly rates for anticipated disciplines for use in negotiating fixed priced task orders. ***Selection to be based upon: ***(1) PROJECT TEAM (10%) - Key Personnel qualifications and relevant experience as individuals and as a team, in particular on small (defined as under $25,000.00) to medium (defined as between $25,000.00 to $300,000.00) renovation type projects. ***(2) DESIGN MANAGEMENT (20%) - Project planning, coordination, scheduling, cost control methods, production facilities capabilities and techniques for both design projects and construction services. ***(3) DESIGN ABILITY/POTENTIAL (20%) Visual and narrative evidence of team's ability with respect to innovative, quality and flexible design solutions, in particular as it applies to small and medium-sized projects. ***(4) DEMONSTRATED DESIGN EXPERIENCE (20%) Specialized experience with small to medium projects; familiarity with Government regulations and specification and ability to expedite Design and Bidding documents. It is very important that the contract be able and willing to respond to small projects, as they will be the most common. ***(5) SPECIALIZED EXPERIENCE (10%) Demonstrate knowledge of and experience in projects in historically sensitive buildings as well as energy conservation, pollution prevention, waste reduction, use of recovered materials, and sustainability design. ***(6) CAPACITY (10%) Demonstrate the capacity to accomplish the work in the required time. ***(7) JOINT VENTURE OR CONSULTANT ARRANGEMENT (10%) Joint venture or firm/consultant arrangement will be considered and evaluated on a demonstrated interdependency of the member to provide a quality design effort. ***(8) PAST PERFORMANCE (10%) Provide a current client reference contact for a minimum of five (5) projects completed in the last two (2) years. Provide for each project, the name, title, address, phone/fax number and e-mail of the owners representative. Projects submitted should demonstrate a desire for smaller projects under $25,000.00, but also the ability to handle medium sized projects between $25,000.00 to $300,000.00. The government will review Past Performance Information Retrieval System (PPIRS) reports from within the last six (6) years in addition to the five projects provided. ***(9) LOCALITY (Acceptable/Unacceptable) Firms must have an existing active design production office within 120 miles of the greater Seattle Metropolitan area including the border stations. ***10) CADD CAPABILITY (Acceptable/Unacceptable) Firms and their consultants must have in house CADD capabilities and use AIA Masterspec as the basis for developing the construction contract documents. ***The Government evaluation board will review qualifications and then establish a list of 3-4 of the most qualified firms. The board reserves the right to hold interviews with each of the most qualified firms. ***REQUIRED DOCUMENTS: Interested firms having the qualifications to meet these requirements are invited to submit a pdf version of Standard Form 330, Architect-Engineer Qualifications, via email along with a letter of interest no later than (2:00 PM) November 30, 2010. Limit the SF 330 along with supporting data to a total of not more than 50 pages (8 ½ x 11) for the entire team. All responsive offers will be considered. This is not a request for proposal. The Government intends to award three to four contracts from this notice but will reserve the right to add additional awards. Email the SF 330 to sue.saucier@gsa.gov. No facsimile or hard copy submissions will be accepted. Please scan the entire letter, SF330, and supporting documents into one pdf document. ***Identify submittal with "GS-10P-11-LT-D-0005 Western Washington AE IDIQ". Direct all inquiries to: Sue Saucier, Contracting Officer, General Service Administration, 400 15 th Street SW (10PCQ), Auburn WA 98001 or telephone number 253-931-7127. ***Small Disadvantaged, Women-Owned, HUBZone, Veteran-Owned and Disabled Veteran Owned Small Businesses are encouraged to submit responses. ***It is recommended that, while viewing the synopsis on FedBizOppos.gov, interested contractors register to receive notification of updates to this acquisition. ***Direct all inquiries regarding this notification to Sue Saucier, Contracting Officer, (253-931-7127 or sue.saucier@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PDC/GS-10P-11-LT-D-0005/listing.html)
 
Place of Performance
Address: Various buildings within the geographic constraints of the following service centers:, Seattle Metropolitan Service Center (Seattle, Washington) and the Greater Puget Sound Service Center (Auburn, Washington)., General Services Administration/Public Buildings Service, Northwest/Arctic Region 10, 400 - 15th Street SW, Auburn, Washington, 98001-6599, United States
Zip Code: 98001-6599
 
Record
SN02319023-W 20101031/101029233628-b44efa910a44f7b5b084b1f86412e40f (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.