Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
MODIFICATION

C -- Supplemental Architect/Engineering Services, State of Texas Zone II - Amendment 1

Notice Date
4/11/2013
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
GS-07P-12-HH-D-0050
 
Archive Date
5/8/2013
 
Point of Contact
Isaac Karto, Phone: 817-978-2198, Zachary D. Rich, Phone: 8174039287
 
E-Mail Address
isaac.karto@gsa.gov, zachary.rich@gsa.gov
(isaac.karto@gsa.gov, zachary.rich@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Answers to questions received before, during and after pre-proposal teleconference. This is the last notice regarding this solicitation. There will not be another request for proposals concerning this solicitation after this notice expires. Supplemental Architect / Engineering Services, State of Texas - Zone II. GSA is soliciting Architectural and Engineering (AE) services for the State of Texas - Zone II. This acquisition is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. This procurement is unrestricted. Two-tier evaluation process is applicable for this solicitation. Proposals received from small businesses will be evaluated first to determine whether there are at least three small businesses capable of performing the requirement. If the evaluation board concludes that there are less than three (3) technically acceptable proposals from small businesses, then the board will evaluate all proposals received. This announcement is open to all businesses regardless of size as stated above. If a large business is selected for this proposed contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. The current subcontracting goals are as follows: Small Business 30%, Small Disadvantaged Business 5%, Woman Owned Small Business 5%, HUB Zone Small Business 3%, Veteran Owned Small Business 3%, Service Disabled Veteran Owned Small Business 3%. The subcontracting plan is not required with this submittal. To be eligible for contract award, a firm must be registered in the System for Award Management at http://www.sam.gov. The North American Industrial Classification System Code applicable to this project is 541310, Architectural Services, which has a size standard of $7 million in average annual receipts. The General Services Administration (GSA) proposes to award one indefinite delivery, indefinite quantity (IDIQ) contract for supplemental AE services for the State of Texas Zone II. This area currently includes, but is not limited to the following: the cities of Fort Worth and Dallas and the area bordered by the counties of Motley, Cottle, Hardeman, Wilbarger, Archer, Clay, Montague, Cooke, Grayson, Fannin, Lamar, Red River, Bowie, Cass, Marion, Upshur, Wood, Van Zandt, Dallas, Tarrant, Johnson, Denton, Collin, Ellis, Henderson, Freestone, Limestone, Hill, Bosque, Hamilton, Comanche, Brown, Coleman, Taylor, Nolan, Mitchell, Scurry, Ken and Dickens. The secondary contract area will be the states of Arkansas, Louisiana, New Mexico, Oklahoma and the remainder of the state of Texas. The A/E firm selected under this solicitation will be required to provide all types of A/E services. Task Orders issued under this IDIQ contract are primarily from the Small Projects Program. These are low construction cost, non capital, non prospectus repair, replacement and alteration projects for existing civilian governmental facilities. Disciplines primarily required in Task Orders will be architectural, structural, mechanical, electrical, and estimating specialist. Primarily tasks will include site observations, designs, construction documents, detailed construction cost estimating, Independent Government Estimate (IGE), simple independent bid technical analysis, design clarifications and record drawings. While these tasks, disciplines and expertise are needed for a significant percentage of orders there are other tasks, disciplines and expertise that may be required. Therefore adaptability should be demonstrated. Further, all designs are required to achieve excellence in design. Also, expertise with environmental issues such as sustainability, energy modeling, alternative energy application and related items will receive a higher ranking in the respective ranking categories over firms demonstrating simple experience. Expertise with complex customers such as the U.S. Customs and Border Protection, Courts and U. S. Marshals will receive a higher ranking in the respective ranking categories over firms demonstrating simple experience with moderately complex customers. Other disciplines and expertise required may be historic preservationist, fire/life safety, civil engineering, roofing design specialist, construction managers, construction inspectors, pavement rehabilitation specialist, schedulers, BIM specialist, acoustical engineers, lighting engineers, certified industrial hygienist, interior designers, surveyors, geotechnical engineering, environmentalist, elevator specialist and other disciplines and experts with specialized experience. A significant number of structures are historic. Other possible tasks required may include but are not limited to site investigations, scope development, planning, budget estimating, design consulting, project viability risk assessment, code compliance reviews, technical design reviews, constructability reviews, envelope system integrity reviews, detailed independent bid technical analysis, construction submittal reviews, construction observation, construction inspection, commissioning, historic preservation, historic structure reports, problem analysis, forensics studies, LEED, life cycle cost analysis, energy conservation, pollution prevention, waste reduction, use of recovered materials, security, blast, progressive collapse, 3-D rendering, building evaluation studies, geotechnical testing, quality control testing, hazardous material sampling, hazardous material assessment, abatement design, air quality monitoring, boundary and topographical surveying, space planning, real estate market analysis and many others. This IDIQ contract will be negotiated and awarded for one (1) one-year base period and four (4) one-year option periods. The minimum guaranteed contract amount is $1,000 for the base year only. There is no limit on the number of Task Orders or the size of a project; however, the total cumulative Task Orders amount shall not exceed $2 million for any one-year contract period. The Government will not indemnify the firm against liability involving asbestos or other hazardous materials, that is, no clause holding the firm harmless will be included in the contract. A Firm-Fixed-Price (FFP) IDIQ contract will result from this solicitation, including profit, overhead and hourly rates for anticipated disciplines and for use in negotiating FFP task orders. A supplemental architect-engineer Lookup Table for pricing task orders for projects with an estimated construction cost of up to $2 million will be included in the contract. The Government will use the fixed price amount in the Lookup Table which will be a function of project size, type, and complexity. The Lookup Table will be provided to the AE during initial contract negotiations. Once the proposal is submitted any replacements or substitutions of any personnel or consultants may deem your proposal unacceptable. It is critical to propose personnel that have a high level of certainty that they will be available to perform the duties under this contract for the duration of the entire contract. Any and all changes made after the initial submission of your technical proposal will be re-evaluated for technical sufficiency and may negatively change the order of your technical rating as initially established. Interested firms having the qualifications to meet these requirements are invited to submit their proposal using Standard Form 330 along with a letter of interest. Please be specific, provide pertinent and requested information. Vague, relative and general information will be discounted. Projects completed before 2007 will not be considered. Only the top rated firms will be recommended for interview by the initial screening based solely on their written response to this announcement and reference contacts. Include a Part II (General Qualification) for each firm that is part of the proposed team. While selection will be based on best technically qualified for small repair, replacement, and alteration work; examples may include new, large or highly complex projects. SF-330, Section C: Section C may be modified to provide more than six proposed team members. However, prioritize team members and use the first slots for those that are most important to creating the best well rounded team or demonstrate your concentrated areas of expertise. It is recommended that firms creating a well rounded team or demonstrating concentrated areas of expertise listed in Section C, also be included in Section F. SF-330, Section D: Include an organization chart of the team. Enclose Section D within the required Section H Communication Plan. SF-330, Section E, "Resumes of Key Personnel Proposed for This Contract", Item 13, "Role in This Contract". Do not provide any more than 6 key personnel, per professional discipline. You will have to prioritize and provide those individuals 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, Lead Engineering 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. SF330, Section F: Form may not be modified. As stated in the SF330 provide example projects which best illustrate proposed team's qualifications for this contract and provide a brief description of the project and relevance to this contract. Projects should demonstrate ability to successfully accomplish a wide range of project types, sizes and budgets. Majority of projects should have construction completed. Three (3) out of the ten (10) must be directly attributable to the Lead Designer. It is important to carefully match example project titles used in different areas of the proposal for clarity. This is particularly true of example projects used in Section F and Section H. SF330, Section H: Quality in Design : Submit a portfolio representative of the lead architectural designer's ability to provide high quality in design (not to exceed 5 projects). Each example project should include no more than 3 single sided pages. Photographs, sketches and drawings are welcome. For engineering or other team members submit a portfolio representative of the lead designer's ability to provide high quality design. Each example project should include no more than one page including project challenges, application of design intent, actual constructed system and operations as applied to the discipline including verifiable information, objective details, facts, performance history and other information that can substantiate application of each discipline (not to exceed 3 projects for each engineering discipline). Mechanical engineering is considered a primary discipline in regard to exceptional engineering for this contract. Include a design approach statement from the Architectural Lead Designer (not to exceed 2 pages) and from the Engineering Lead Designer(s) (1 page for each engineering discipline). The team may suggest and provide design approach statements for other disciplines, such as electrical, civil, roofing, envelope integrity or other areas for which they have exceptional designers. Also, include a Management Plan (not to exceed 3 pages) with a clear plan of the team's overall management philosophy that includes the following information; The team's project assignment methodology and approach; A strategy for designing and producing all work within the negotiated fee; A plan for designing a project that will meet the Government's limited construction budgets; A section on management of small projects repair, replacement and alteration work; A plan for scheduling that includes a subheading on managing and scheduling projects with the Government's unpredictable issuance of task orders in terms of number, importance and urgency; and a plan to bring projects in on contract required budgets of +/- 5% and track/control costs. Also, provide a Communication Plan in conjunction with the Section D organization chart that clearly articulates a plan demonstrating the approach and overall strategy to communication including roles, responsibilities, goals, possible stake holders, technology, thoughts on being responsive to an issue or how the team will be proactive on emerging situations, evaluation, midcourse corrections and any additional information about the organization. Provide a Quality Control Plan that will assure a quality project; provide well coordinated drawings within each discipline, across disciplines, and with specifications; control costs, provide quality control during design and during construction; include quality assurance approach for meeting Statement of Work, limited budgets and schedules; show a clear understanding of how the team uses specifications in controlling cost and assist in management during construction. Also, provide a section on Lessons Learned, what have been the typical problems areas in both design and construction, what has worked to solve those problems and what has not worked. Past Performance Documentation (for each sample project submitted in section F): Provide copies of any performance evaluations or owner review of firm's performance; Provide an owner point of contact including name, title, address and current phone number, references will be contacted; Provide copies (or listing) of awards; Provide copies of letters of appreciation and commendations. Teams must be able to demonstrate successful past performance on example projects from the owner, and/or; peer and teammate point of view. Selection Criteria for this acquisition are listed below in descending order of importance. (1) Quality In Design : Information requested for placement in the SF 330, Section H, including the portfolios and design approach statements, will be evaluated for outstanding talent in both architecture and engineering. Design solutions will be evaluated for above standard talent, application, execution and performance. Consideration will be given for design awards in both architecture and engineering disciplines based on type and relative application. Design approach statements will be evaluated for the lead designers' commitment to excellence in their profession. Evaluation will also consider business philosophy, customer service philosophy and standard level of care. (2) Experience, Performance, Technical Ability and Professional Acumen : Proposals will be evaluated on the team's demonstrated experience, performance, technical abilities, application of standard of care and exceptional care. Key personnel of the team who will be directly involved in providing the contract services will be evaluated on education, project experience, ability to work in team effectively, technical ability and other relevant qualifications that will provide the best opportunity for the successful completion of task orders under this contract. Additionally, proposals will be evaluated on how the proposed team will provide exceptional care with such concepts as unique insight, superior judgment, strategic management, incorporated risk analysis, pragmatic designs, optimal design selections or other expertise. Furthermore, past performance/experience will be evaluated on successful past performance based on example projects from the owner, and/or peer and teammate point of view. The Government may also use corporate knowledge when evaluating this factor. There will be an evaluation of the team's ability to bring projects in on contract required budgets +/- 5% and tracking/controlling costs. (3) Management, Organization, Production and Quality Control : Evaluation will be made on the management of the professionals, projects, and products; the quality of construction documents, and quality of the effort. Proposals will be evaluated on how teams are organized, effectiveness of the organization, how well the teams works together, how they will maintain good working relationships; that roles, responsibilities and authorities are clearly established; how the teams can be proactive or responsive to emerging situations, conducting situation evaluations and make midcourse corrections. Evaluation will be on communication, is there a plan and commitment to timely communications; are communications defined, clear, efficient and demonstrate how stake holders are included. Proposals will be evaluated on demonstrated ability to execute constructible and biddable construction documents on high quality design while meeting schedules; providing well coordinated drawings within each discipline, across disciplines, and with specifications; and show a clear understanding of how the team uses specifications in controlling construction cost. Consideration will be given for handling, overseeing, scheduling and staffing projects with the inconsistent and unpredictable issuance of task orders; how small projects repair, replacement and alteration work will effect attention given to projects; is there a strategy for designing and producing all work within the negotiated fee and is there a quality assurance approach in meeting the requirements of the Statement of Work. (4) Construction Management and Inspection Capability : Proposals will be evaluated on experience and capability of the firm and consultants with respect to complete construction management as agent, often referred to as management and inspection services, for projects during the construction phase of the described projects. There will be an evaluation of the proposed quality control during construction, communications, structure of service, experience of those involved, how effort is process and managed, how cost are controlled and on a clear understanding of how the team uses specifications to assist in management during construction. (5) Location in and Knowledge of Geographical Area : The evaluation will consider the team's ability to accomplish at least 35 percent of the required A/E services by a firm located within the geographical delineated area. The evaluation will also consider knowledge of local conditions within the geographical area including tactical, operational, strategic issues for all areas of design, bidding and construction related to the key disciplines. This will include everything from supply, labor force, weather, and seismic conditions to the local construction climate's impact on cost estimating. There will also be consideration given to how key team members can conduct pre-design site review of the proposed work without incurring extra cost to the government for travel. NOTE: SF 330, Part 1, Section E, "Resumes of Key Personnel Proposed for This Contract", Item 13, "Role in This Contract". In addition to the role in this contract, employees should be clearly identified as to whether they are direct employees or contract employees of the firm they are proposed under. A conference call will be held on, Tuesday, April 9, 2013, from 1:30 PM - 3:00 PM, to answer all questions regarding this solicitation. The call-in number for this conference call is (817) 978-7277. All responsible Architectural or Engineering firms wishing to be considered must submit five (5) copies of completed Standard Form (SF) 330 and other pertinent information (see FAR 53.236-2(b)), which must be received NLT 4:00 PM Central Standard Time on, Tuesday, April 23, 2013. No fax or email documents will be accepted. Proposals must be addressed to the primary Contracting Officer; late proposals WILL NOT BE ACCEPTED. Isaac Karto 819 TAYLOR STREET Room: 12B FORT WORTH, TX 76102-6114
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07P-12-HH-D-0050/listing.html)
 
Record
SN03034400-W 20130413/130411235129-41f02c917e9af4df846b0de5c3a2751d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.