Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2011 FBO #3542
MODIFICATION

C -- Supplemental Architect-Engineering Services, State of Michigan - Outreach Meeting Informaton

Notice Date
8/4/2011
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division- Michigan Service Center (5PT3), General Services Administration, Public Buildings Service, 6 Parklane Blvd, Suite 451, Dearborn, Michigan, 48126, United States
 
ZIP Code
48126
 
Solicitation Number
GS05P11SVD0022
 
Archive Date
9/20/2011
 
Point of Contact
Miranda G. Webster, Phone: (313) 317-9611, Andrew N. Scott, Phone: (313)317-9609
 
E-Mail Address
miranda.webster@gsa.gov, andy.scott@gsa.gov
(miranda.webster@gsa.gov, andy.scott@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Sign In Sheet Doing Business with GSA Outreach Meeting Minutes This acquisition will result in a multiple award, indefinite delivery indefinite quantity contract to provide Architect and Engineering services. Services include but are not limited to: site investigation, pre-design studies, feasibility studies, project development studies, building evaluation reports, master plans, designs, concept designs, estimating, construction documents, record drawings, design review, constructability reviews, technical design reviews, shop drawing review and approval, procurement support, and construction site inspection. These services will be in support of projects managed by the GSA Public Building Service in the State of Michigan. 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, and Courts and U.S. Marshal expertise. Contract performance is for a one year base period with four one year options. The maximum order limitation is $2,000,000 for each one year period. The minimum guarantee for this contract is $1,000 for the base year only. This procurement is set aside for small business concerns. The NAICS code is 541310 with a small business size standard of $4.5 Million dollars. The prime firm or joint venture must have an existing active design production office located in the State of Michigan. EVALUATION FACTORS: I. Specialized Experience and Technical Competence (50%) 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 reduction 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 construction completion. Teams should also demonstrate extensive experience related to sustainable design and historic preservation. II. Organization, Management and Quality Control (25%) All roles, responsibilities and lines of communication are defined, clear and efficient. Management Plan proposes some new ways of dealing with issues of 1) quality control, 2) efficiently and effectively covering the entire State of Michigan, and 3) dealing with the scheduling and staffing issues resulting from the inconsistent issuance of task orders. III. Professional Qualifications (15%) 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. Lead Designer's Philosophy is balanced and their intent/involvement for accomplishing task orders under this contract is appropriate. IV. Past Performance (10%) Teams must be able to demonstrate successful past performance on example projects from the owner, peer and team mate point of view. The Government has the right to use corporate knowledge when evaluating this factor. The Government's evaluation board will review each team's qualifications and then establish a shortlist of three to six firms. Joint ventures or firm/consultant arrangements will be considered and evaluated on a demonstrated interdependency of the team members to provide a cohesive quality design effort. Consideration will be given to teams with outstanding specialized concentrated experience depending on the dispersion of specialized experience among other top ranked firms. The board reserves the right to hold interviews with each of the short-listed firms to clarify and confirm submitted information. The selected firms must negotiate overhead, profit and hourly rates for major anticipated disciplines that will be used in negotiating task orders. REQUIRED DOCUMENTS: Interested firms having the qualifications to meet these requirements are invited to submit four (4) copies of Standard Form 330 which can be found at www.gsa.gov/forms no later than 1:00 pm, August 22, 2011. Please provide only the information requested; supplemental information will not be evaluated. Materials must be sent in hard copy to: GSA - Michigan Service Center Procurement Team Attn: Miranda Webster, Contracting Officer 6 Parklane Blvd Suite 451 Dearborn, MI 48126 Supplemental Standard Form 330 instructions: Section C: Do not modify the form by providing more than six proposed team members. Prioritize team members and provide those that are the most important to creating the most well rounded team or show your concentrated areas of expertise. It is recommended that firms responsible for the majority of the work submitted in section F be included. Section E: Do not provide any more than six key personnel. You will have to prioritize and provide those that best represent your ability to accomplish the requirements of this contract. CEOs and other executive personnel should not be submitted unless they will have direct responsibility for accomplishing the task orders under this contract. It is required that you include the Lead Architectural Designer and the Primary Point of Contact that would be responsible for managing this contract and assigning task orders. It is recommended that the Key Personnel directly responsible for work submitted in section F should also be included. Section F: Each example project may be supplemented with photographs, sketches and drawings, or additional information not to exceed 3 single sided pages. Only provide 10 total example projects. Three out of the 10 have to be directly attributable to the Key Designer. Projects should demonstrate ability to successful accomplish a wide range of project types, sizes and budgets. Majority of projects shall include those that have reached substantial completion and all shall have been designed within the last 5 years. Section G: Only indicate Key Personnel that participated in example projects when they will be performing the exact same role on this contract. Section H: 1) Management Plan shall not exceed three pages and shall include teams overall Management Philosophy and Intent including project assignment, communication, roles and responsibilities, etc. Quality Control Plan for designing within the negotiated fee, meeting design schedule, designing a project within budget and reviewing and ensuring estimate accuracy. Plan for managing and scheduling the Government's inconsistent issuance of task orders in terms of number, importance and urgency. Plan for efficiently managing work at multiple locations throughout the state. 2) Past performance documentation for each sample project submitted in section F may be supported by other documentation which can include but is not limited to: copies of any performance evaluations or owner review of firm's performance, copies (or listing) of awards, letters of appreciation or commendation, and industry articles or reviews. 3) Key Designer's Philosophy and Design Intent (not to exceed 2 pages). All responsible sources may submit qualifications. This is not a request for proposal. The government intends to award between three and six contracts from this notice but reserves the right to vary that number based on number and quality of submissions. The prime contractor must be registered in Central Contractor Registration (www.ccr.gov). An outreach meeting will be held for all prospective offerors on August 1, 2011 at 1 pm in at the Fairlane Office Center, 6 Parklane Blvd Suite 451, Dearborn, MI. Those wishing to attend should RSVP with Miranda Webster, Contracting Officer, at miranda.webster@gsa.gov. In the email, please provide the names of those attending.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PT3/GS05P11SVD0022/listing.html)
 
Place of Performance
Address: State of Michigan, United States
 
Record
SN02521534-W 20110806/110804234729-115fe478a7fd8b9e9db2b6dd41003625 (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.