Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2012 FBO #3710
MODIFICATION

C -- IDIQ Architect- Engineer Services

Notice Date
1/19/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Division (4PQAP), 77 Forsyth Street, Terrace Level, Atlanta, Georgia, 30303, United States
 
ZIP Code
30303
 
Solicitation Number
GS-04P-11-BV-D-0031
 
Archive Date
11/21/2011
 
Point of Contact
Corlis J. Moore, Phone: 4045263120
 
E-Mail Address
corlis.moore@gsa.gov
(corlis.moore@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT to Special Notice Stage II Short-list Notice Solicitation No.: GS-04P-11-BV-D-0031 IDIQ Architect-Engineer Services - GEORGIA The subject solicitation is hereby amended to include two additional A-E firms, increasing the total number of short-listed firms from seven (7) to nine (9). These shortlisted firms have been determined to be most highly qualified for subject procurement based on the Stage I proposals received. They have been invited to participate in Stage II of the Selection Process by assembling their complete team of engineers and specialty consultants, submitting a Stage II proposal based on the qualifications of the entire proposed design team's qualifications, and participating in an oral presentation/interview. GSA contemplates awarding IDIQ contracts to three of the nine short-listed A-E firms. Projects designed under delivery orders to these IDIQ contracts will typically have a construction cost below the Prospectus limitation ($2.89 million for FY2012). Projects will be designed and constructed in the International System of Units (SI or Metric) as listed in the Federal Standard 376A, Preferred Metric Units for General Use by the Federal Government, inch-pound system for small projects, or dual system of both inch-pound system and metric system. The type of projects on which task orders under these three IDIQ A-E contracts are contemplated to be used includes: roofing repairs or replacement; window repairs and replacement; masonry re-pointing, caulking and cleaning; installation, repair, or replacement of HVAC equipment; installation, repair or replacement of electrical systems; installation, repair or replacement of water supply and drainage systems; installation, repair or replacement of energy management systems, electronic security and fire alarm systems; installation, repair, or modification of fire sprinkler systems; installation, repair or replacement of elevators and escalators; interior space alterations. Other services and deliverables which may be contracted for using these contracts include the preparation of feasibility studies, program development studies (PDS), design programs, planning studies, building evaluation reports (BERs), bidding/construction contract documents, cost estimates, real estate market trend analysis, and real estate economic analysis, and construction phase services including submission reviews and project inspections. Each shortlisted A-E team shall include, at a minimum, the following design disciplines: architecture, sustainability specialist, space planning, structural engineering, civil engineering, geotechnical engineering, mechanical engineering, electrical engineering, acoustical, landscape architecture, interior design, cost estimating, lighting, elevator, audio-visual, security, life safety and fire protection, courts design, historic preservation, energy modeling, hazardous-material abatement testing and design, security, building commissioning, and construction contract administration. The A-E shall also include on its team, real estate advisory professionals with capabilities in real estate appraisal, marketing, and financial analysis. The nine A-E firms (listed in alphabetical order) and their contact information are: CRA/Gerding Collaborative JV Team 1415 North Loop West Suite # 1050 Houston, TX 77008 POC: Joel Rovinsky TEL: 713-426-5565 Croft & Associates 3400 Blue Springs Road Suite # 200 Kennesaw, GA 30144 POC: James H. Croft TEL: 770-529-7714 Duckett Design Group Inc. 1632 Ware Avenue East Point, GA 30344 POC: Karen I. Duckett TEL: 404-592-4539 Gardner, Spencer, Smith, Tench & Jarbeau 127 Peachtree St. NE, Suite # 1020 Atlanta, GA 30303 POC: Joseph Gardner TEL: 404-522-8805 Houser Walker Architecture 1473 Spring St. NW Atlanta, GA 30309 POC: Gregory Walker TEL: 404-633-4264 Lott & Barber Inc. 110 East President Street Suite # 300 Savannah, GA 31401 POC: Forrest R. Lott TEL: 912-234-5230 Richard, Wittschiebe, Hand 15 Simpson St. Atlanta, GA 30030 POC: Bill Polk TEL: 404-688-2200 Smith Dalia Architects 621 North Avenue NE Suite # C 140 Atlanta, GA 30308 POC: Thomas Dalia TEL: 404-892-2443 Stanley, Love-Stanley, PC 1056 Spring St., NW Atlanta, GA 30309 POC: William J. Stanley III TEL: 404-876-3055 The Stage II proposal shall consist of: 1) a cover letter; 2) a fully completed Standard Form 330 for the A-E Firm and all its design subcontractors (engineers, specialty consultants, etc.); and, 3) materials prepared in response to the Stage II evaluation criteria and sub mission requirements. The Stage II proposal (narratives, photographs, and graphics) shall be organized, subdivided, and in chronological order of: 1) cover letter, 2) SF 330, and response to five Stage II Evaluation Criteria and shall be spiral or three ring bound in 8-1/2 x 11" format. No supplemental material shall be included in the proposal beyond that which can be covered during the forty minute oral presentation period. Do not submit information already submitted in Stage I. Stage II Evaluation Criteria 1. A-E TEAM'S PAST DESIGN PERFORMANCE Use project examples to illustrate past design performance which are as comparable as possible to the types of projects and studies likely to be awarded as task orders to the IDIQ contract. Demonstrate the responsiveness of team to the client's requirements including sustainability goals and compliance with budget and performance schedules through narratives, graphs, and client testimonials on the client's satisfaction with services provided. Demonstrate the quality of the design deliverables by the team to the client through narratives, photographs, and other graphics. Where other firms were also involved in a project, carefully distinguish the work of the proposed team with that of others. Demonstrate the accuracy of designs, studies, and cost estimates through examples, narratives, and other graphics. 2. QUALIFICATIONS AND EXPERIENCE OF KEY PERSONNEL Demonstrate the qualifications and experience of all proposed key personnel for each specialized design discipline. This shall include a Sustainability Specialist, as well as, the Program Executive, Lead Architectural Designer and Lead MEP Engineer evaluated in Stage I of the Selection Process. What process is to be used to assure that the appropriate design discipline specialist plays a leadership role on the task orders primarily involving their respective discipline? Education, qualifications, experience, publications, awards, recognition of all Key Personnel (See listing of design disciplines under paragraph titled "Types of Projects/Services Contemplated"). Examples of projects as comparable as possible to the types of projects contemplated by the task orders to be issued under this IDIQ contract where proposed key personnel had substantial leadership involvement. Explain what that involvement was and how it contributed to the overall success of the project. (See listing of types of projects under paragraph titled "Types of Projects/Services Contemplated"). 3. ORGANIZATION, MANAGEMENT AND QUALITY CONTROL Management Plan for administering a series of task orders under an IDIQ contract where it is not possible to predict how many or when the various task orders will occur. Demonstrate how the various firms comprising the A-E team propose to work together successfully. Provide an organization chart to show all roles, responsibilities and lines of communication and authority. Provide a Management Plan for dealing with quality, schedule, and budget control. Also address how scheduling and staffing issues resulting from the issuance of task orders which will vary widely over the duration of the contract will be handled. 4. SPECIALIZED EXPERIENCE Demonstrate team's experience in providing: Design services involving sustainable design Energy modeling and studies Space programming and pre-design A-E services and studies A-E design services for courts and other judicial facilities Designing repairs and alterations to existing facilities Real Estate appraisals and financial analysis 5. GEOGRAPHIC LOCATION The A-E Firm must have an active production office located in Georgia at least 90 days prior to the Stage I Synopsis and be a fully licensed business entity in Georgia. "A-E Firm" is defined as the legal entity having prime contractual responsibility to GSA for delivery of services. "Active production office" is defined as "an office where A-E services are routinely and regularly provided - not a marketing or construction site office." Structural, mechanical, and electrical engineering sub-contractors and consultants must also have an active production offices located within the state of Georgia. All other design sub-contractors are not required to be located in the state of Georgia. Design contractors must be small business. As stated in the Stage I synopsis, the "primary" geographic area for this contract is the state of Georgia which means that task orders for projects located in Georgia will primarily go to one of three IDIQ A-E contract holders in Georgia. However, GSA desires the flexibility of awarding task orders for Georgia IDIQ contract holders for projects in one of the other seven states in the Southeast Sunbelt Region (FL, SC, NC, AL, MS, TN, and KY). These projects in areas outside Georgia will be "secondary" geographic areas in the IDIQ contract. Recognizing that not all A-E firms desire or have the necessary professional and business licenses to work in states outside of Georgia, please designate in your cover letter, projects in which of the seven states (if any), the A-E Firm will be able to accept delivery orders. This information will not affect the selection decision in any way. Firms shall submit six (6) copies of Stage II proposals as outlined in this announcement by February 22, 2012 to: General Services Administration PBS, Acquisition Division (4PQ) Attn: Corlis Moore 77 Forsyth Street, Terrace Level Atlanta, GA 30303 The following information should be on the outside of the sealed envelope 1) Name and Address of the A-E Firm, name of the contact person with phone number and fax number, 2) Solicitation Number/Title, 3) Due Date, and 4) Closing Time. No late submissions will be accepted unless the U.S. Postal Service postmarks the submission at least three days prior to the due date. Highly qualified engineers and specialty consultants are encouraged to contact one or more of the short-listed firms to express interest in being considered for inclusion on their team. Do not contact GSA. Structural, mechanical, and electrical engineers are notified that they must have an active production office in Georgia to qualify for this solicitation. All other engineers and specialty consultants are not required to be located in Georgia.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/4PCA/GS-04P-11-BV-D-0031/listing.html)
 
Place of Performance
Address: GEORGIA, Georgia, United States
 
Record
SN02657485-W 20120121/120119234710-359b36a0da122e4586c3a766c6d4b648 (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.