Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2010 FBO #3294
MODIFICATION

C -- Indefinite Delivery/Indefinite Quantity - Seismic and Blast Servicesi

Notice Date
11/29/2010
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (9PCS), 450 Golden Gate Avenue, 3rd floor West, San Francisco, California, 94102
 
ZIP Code
94102
 
Solicitation Number
GS-09P-11-KT-D-0003B
 
Archive Date
1/13/2011
 
Point of Contact
Roger K. Wiesnoski, Phone: 7023886177
 
E-Mail Address
roger.wiesnoski@gsa.gov
(roger.wiesnoski@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
STATUS UPDATED TO SOLICITATION NOTICE Contracting Office Address General Services Administration, Public Buildings Service (PBS), Repair and Alterations Branch (9P2PC), 450 Golden Gate Avenue, 3 rd Floor West, San Francisco, CA, 94102-3434 Description SUBJECT: C - SUPPLEMENTAL SEISMIC/STRUCTURAL/BLAST ENGINEERING SERVICES NOTE: CLOSING DATE HAS BEEN UPDATED TO DECEMBER 29, 2010 Point of Contact: Roger K. Wiesnoski, Contracting Officer, (702) 388-6177 or roger.wiesnoski@gsa.gov NOTE: This procurement will be a total small business set-aside. The NAICS code is 541310 -Architectural Services and the size standard is $4.5 million in average yearly revenue over three years. The Pacific Rim Region of the General Services Administration, Public Buildings Service manages GSA's seismic program and advocates efficiency and effectiveness of that program through diligent programming, design, and construction. The services of qualified engineering firms are required to support this effort. The following disciplines are required: •· Structural Engineering •· Blast Design •· Geotechnical Engineering •· Cost Estimation The types of work required may include, but not limited to, the following: •· Preparation of seismic hazard reports and evaluation of existing buildings (including historical buildings). •· Risk Assessment and Risk Analysis to determine the seismic risk of Government owned and leased facilities. •· Two and three dimensional computer modeling and analysis of seismic effects/events. •· Engineering peer reviews on projects designed by others. •· Pre-design and pre-purchase surveys. •· Analytical Evaluation of primary systems and non-structural components. •· Preliminary design, recommendations, and the preparation of reports for repair and strengthening of various buildings. •· ATC 20 post disaster assessment experience and firm availability to respond to an event. •· Blast resistance design, including progressive collapse analysis. •· Assessment of earthquake related geotechnical hazards and recommendations to limit risk. •· Cost Estimating. All work shall be performed by, or under the direct supervision of a registered professional engineer. Services may also include assisting GSA staff in in-house design and collaboration with scholars in recognized academic institutions. Design services may include the preparation of working drawings and documents. Project design and contract documents, including drawings, specifications and calculations may be prepared in both metric (SI units) and English (I-P units) systems of measurements. Buildings under considerations may be located in any of the 50 states, as well as US Trust Territories and Possessions. It is also anticipated that other GSA Regions, along with other Federal and DOD Agencies, will be designated as Ordering Offices under these contracts, as well. Award is targeted for the Spring of 2011. The type of contracts will be Indefinite Delivery/Indefinite Quantity (IDIQ). Contract term will be a base year and four consecutive one year options. Maximum order limit will be $1,000,000 per contract, per year, with an aggregate total of $5,000,000 per contract for five (5) years of service. Minimum order will be $5,000 per contract, per year. Up to three (3) contracts may be awarded. If award is made to a small business, then a Small and Disadvantaged Business subcontracting plan will not be required. To be eligible for consideration, a firm must have an active and functioning engineering/design office in the contiguous United States for five (5) years preceding the closing date of this announcement. Interested firms are invited to submit original and five (5) copies of the SF 330 Architect-Engineer Qualifications, Parts I and II, and a completed, current Standard Form 330 for each proposed consultant. Interested firms with more than one(1) office must indicate on their SF 330 the staffing composition of the office in which the work will be performed. Please submit to: General Services Administration, Design & Construction Division (9P2PC), 450 Golden Gate Ave, 3 rd Floor West, San Francisco, CA, 94102-3434 Attn: Mr. Roger K. Wiesnoski - Solicitation GS-09P-11-KT-D-0003 By 3:00 PM (PST) by December 29, 2010 The following information must be on the outside of the sealed envelope: •1. Solicitation Number/Title GS-09P-11-KT-D-0003B •2. Due Date: December 9, 2010 •3. Closing Time 3:00 pm PST Late responses are subject to F.A.R. Provision 52.214-7. Each firm may confirm receipt of its submittal by calling (702) 388-6177. NOTE: E mail or faxed submissions will not be accepted. All questions and comments must be received not-later-than December 15, 2010. Questions may be directed to Roger Wiesnoski on 702-388-6177 or email roger.wiesnoski@gsa.gov. Selection factors, in order of importance, are as follows: •1. Professional Qualifications and Experience of Firms and Key Personnel: (35 points) •· Professional Qualifications and relevant team and individual experience; •· Unique knowledge in the field of structural/blast and •· Geotechnical engineering, and •· Time commitment of key members to projects. Blast designer qualifications: Contractor's personnel shall have formal training in: •· Structural dynamics, the effects of blast on structural systems and engineering analysis. The Contractor shall: •· be familiar with and be capable of using GSA's computer programs WINGARD Version 5.5.1 or later •· have a minimum of five (5) years of blast resistant design for the lead blast consultant. •· have demonstrated experience in performing work of a similar nature and scope within the past two (2) years. •2. Technical Competence: (30 Points) •· Familiarity with GSA, Federal, NEHRP and national seismic codes, standards and guidelines, •· Familiarity with dynamic response of buildings to seismic forces, and •· At least five (5) years demonstrated experience of design of new high rise buildings, and •· Experience with existing (historical) buildings in regions of high seismicity, and •· Familiarity with the Interagency Security Committee (ISC) Security Criteria, and •· Familiarity with blast resistant design, including, but not limited to, progressive collapse analysis and calculations. •3. Past performance: (20 points) •· Past performance in providing Supplemental Seismic/Structural/Blast design services with respect to the team's responsiveness to client's needs for GSA, other Federal Agencies such as VA, DoD, FAA, and private firms. •· Capacity to accomplish the work in the required time, and •· Evidence of previous project management performance, quality control, coordination, scheduling and cost control. The firms must document the accomplishments in meeting the above criteria for three previous clients. For each project identified in the responses to evaluations criteria, provide the name, address, and current telephone number of client representative and identify which members of the firm participated in the project. •· The team must also demonstrate the capability to work nationally and The capacity to perform post disaster assessments in response to an event.. •4. Specialized Experience: (15 points) •· Familiarity with new and innovative systems which could be incorporated into building structures to reduce the effects of seismic forces and blast, •· Familiarity with behavior of non-structural elements under seismic loads and •· Develop Risk Assessment and Risk Analyses, •· Blast Testing, ATC - 20 Post disaster assessment experience. and •· Up to 5 points for having a working office within 50 miles of San Francisco, CA. Total score for the four (4) factors noted is 100%. The selection employs a two-stage process. This process involves submittal of all required information to GSA for evaluation by a Selection Board to develop a short list of approximately 6 firms using the listed selection factors as criteria. The short listed firms will be invited to make an oral presentation to the Selection Board which will make a recommendation based on the selection criteria of approximately 3 firms that GSA will negotiate with for an IDIQ contract. The physical location of these presentations will be at the Pacific Rim Region's Office, 450 Golden Gate Ave, San Francisco, CA. Individual orders with an estimated value of $100,000 or more will be competed among contract holders. Orders less than $100,000 may be awarded without competitions, at the discretion of the Government. The factors specified in this announcement for the base award will also be used in awarding these individual orders. Failure to address each of the evaluation criteria, in writing, will result in failure to qualify. Additionally, failure to provide the requisite information will results in failure to qualify. Firms responding to this advertisement are advised to specifically address each evaluation factor under a separate heading. The qualifications statements should clearly indicate the office location where the work will be performed, an organizational chart for the proposed contract, and the qualifications of the individuals anticipated to work on the contract. Original Point of Contact Roger K. Wiesnoski, Contracting Officer, Phone (702) 388-6177; roger.wiesnoski@gsa.gov 52.219-14 Limitations on Subcontracting. Limitations on Subcontracting (Dec 1996) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PCS/GS-09P-11-KT-D-0003B/listing.html)
 
Place of Performance
Address: Nationwide, United States
 
Record
SN02334699-W 20101201/101129234111-31b3711c09c1fae94ed1f52d796be7ca (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.