SOLICITATION NOTICE
C -- Full Architectural-Engineering design services for a term contract throughout the Commonwealths of Pennsylvania and Virginia and the states of Maryland, Delaware, West Virginia, and the Southern counties of New Jersey from Trenton south.
- Notice Date
- 7/2/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Allegheny Service Center (3PK), The Strawbridge Building, 20 North 8th Street, 8th Floor, Philadelphia, Pennsylvania, 19107
- ZIP Code
- 19107
- Solicitation Number
- GS-03P-09-CD-D-0068
- Archive Date
- 8/19/2009
- Point of Contact
- RONALD KOHRI, Phone: 215 446-4608
- E-Mail Address
-
RONALD.KOHRI@GSA.GOV
(RONALD.KOHRI@GSA.GOV)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address General Services Administration, Public Buildings Service (PBS), Chesapeake Service Center (3PC), The Strawbridge Building, 20 North 8th Street, 9th Floor, Philadelphia, PA, 19107-3191 Description Full Architectural-Engineering design services for a term contract throughout the Commonwealths of Pennsylvania and Virginia and the states of Maryland, Delaware, West Virginia, and the Southern counties of New Jersey from Trenton south. It is the intent of this announcement to award a term contract to a single firm. Projects will involve Repair and Alterations, Renovations and Modernization of federal facilities and required Architectural, Mechanical, Electrical, Fire Protection, energy-related projects, projects involving sustainable design concepts, Security, and Interior Design services with sensitivity towards historic buildings. This contract will be utilized to specifically address the requirements of the Judiciary and Law Enforcement Agencies. In addition, design and engineering services for any federal agency may be performed under this contract at the discretion of the government. The selected firm will be required to ensure that projects meet any applicable agency comprehensive programming and design criteria, including but not limited to the U.S. Courts Design Guide 2007 and 2005 Facilities Standard (P100), which are both available at www.gsa.gov. This procurement will result in an Indefinite Delivery Indefinite Quantity term contract. The work stated above may involve multiple task orders to be done concurrently within the geographical area as stated above. Firms that demonstrate they are capable of providing at least 35% overall design services from an office within the Commonwealths of Virginia and Pennsylvania, the states of Maryland, Delaware, West Virginia and the 13 Southern counties of New Jersey (from Trenton south), and the District of Columbia may be rated more favorably. THE A/E OF RECORD HAS UP TO 45 CALENDAR DAYS AFTER AWARD OF THE CONTRACT TO ESTABLISH A PRODUCTION CAPABILITY WITHIN THE GENERAL GEOGRAPHIC AREA. GSA is committed to excellence in design. Projects under this contract are for repair and alteration work in federal facilities and will generally be for projects up to $5 million in construction costs. Most projects will also involve occupied buildings, many of which are historically significant. The scope of architectural and engineering services under this proposed contract include, but are not limited to the following: programming; pre-design; the preparation of feasibility studies; the preparation of Request for Proposal packages for Design-Build projects; site investigation; complete design services (space planning, interior design, architectural, mechanical, electrical, plumbing, civil, structural, fire protection, vertical transportation, life safety, security, historical, and code compliance); cost estimating; building commissioning; procurement support; post-construction-award services; and other related supplemental services if so requested by the Government. Hazardous materials such as incidental asbestos and lead may be encountered in existing facilities. The A/E's Industrial Hygienist will be required to identify and quantify the types and locations of hazardous materials that may be abated during construction and will be required to provide abatement recommendations. Furthermore, knowledge of airborne pathogen concerns is required. In addition, projects may be designed and constructed in metric, System International (SI) units in accordance with Public Law 100-576, the Omnibus Trade & Competitiveness Act of 1988, the Metric Conversion Act, and Executive Order 12770. GSA CAD Deliverables Policy and Drawing Analysis Program (DAP) will be incorporated as requirements into the awarded contract. The DAP is a software utility that generates reports (both tabular and graphical) that are used to aid in the identification of some (but not all) GSA CAD standards compliance issues. The utility is an aid to compliance, but is not guaranteed to work in all versions of AutoCAD or any other product, and does not make drawings compliant to enumerate all issues of noncompliance. The party responsible for producing the drawings is ultimately responsible for compliance with the GSA policy. The Detailed CAD Deliverable Policy may be accessed on the internet at http://www.gsa.gov/midatlanticcadpolicy. The contractor agrees that all CAD, AutoCad drawings and related files, photographs, drawings, renderings, blueprints, specifications and/or other materials generated for use by the contractor on the project, whether in machine readable form or not, shall belong at all times to the General Services Administration (GSA) and shall be delivered to GSA at the times specified and within the schedules contained in the Agreement or at the termination of the Agreement, whichever occurs first. THE QUALIFICATIONS-BASED EVALUATION CRITERIA TO BE APPLIED IN THE SELECTION PROCESS IN DESCENDING ORDER OF IMPORTANCE ARE AS FOLLOWS: 1) CRITERIA 1 - SPECIALIZED EXPERIENCE. Recent experience of the design team members individually and collectively as a total team in the type of work required or evidence of similar relevant experience (as described above) and in designing and providing construction documents to Judicial, Law Enforcement, and other federal agencies criteria and in experience in sustainable design, use of the U.S. Green Building Council LEED System including descriptions of waste reduction techniques and energy efficiency in facilities designed by the team, and familiarity with use of recovered materials on construction contracts per FAR 52.223-9. Submission Requirements: The firm will provide, on the SF 330, Part I, Item F(24), a detailed narrative of up to 5 relevant projects completed within the last Five (5) Years that best illustrate overall team experience relevant to this contract scope. Include projects that demonstrate the team's experience with projects of similar size and scope. 2) CRITERIA 2 - PROFESSIONAL QUALIFICATIONS: Professional qualifications of the proposed team members assigned to this project. Submission Requirements: Provide brief resumes of up to 10 proposed key team members including those who will specifically serve as the Project Manager(s).Teams will be evaluated on the basis of individual members' education, professional certification or licensure, and experience. There should be demonstrated familiarity with Repair and Alteration projects of similar size and scope in occupied buildings. Critical factors for the team include prior experience, types and numbers of personnel in desired disciplines, experience of team members including length of service with the firm. Firms may supplement this information in Section H, Additional Information, by including a matrix to demonstrate additional team members’ education, professional certification and licensure, and experience (In left hand column: list team member’s name and across each row of the matrix show: education level, professional certification or licensure, and relevant experience). The team shall include professional licensed individuals in all disciplines, including Fire Protection. Provide information on the experience of consultants such as: work in historic buildings, sustainable designs, energy conservation, fire protection, hazardous material abatement, elevators, cost management, etc. 3) CRITERIA 3 - CAPACITY OF THE FIRM AND PROJECT TEAM: a) Capacity of the firm and project teams to accomplish multiple, large, and small projects simultaneously, and b) Ability to sustain the loss of key personnel while accomplishing work within required time limits. Submission Requirements: In Section H, Additional Information, include for the prime and each proposed consultant to be assigned to the team, a list of all current projects with a design fee of greater than $20,000 being designed in the firm’s office. For firms with multiple offices, only include this information for offices identified as part of the proposed design team. For each project, identify the current design fee, the current stage of design, and the anticipated design completion date. Indicate the firm’s present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; b) describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; and c) discuss how surge workload will be managed. 4) CRITERIA 4 - PAST PERFORMANCE: Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Points of contact provided in other criteria may be contacted. Submission Requirement: a) Discuss firm’s ability to work with Government entities and design standards or similar relevant experience with other entities. b) For each Federal project provided as experience under Criteria 1 and Criteria 2, provide a copy of all performance evaluations (architect-engineer) issued for that contract. For non-Federal contracts, provide facility owner documentation of the firm’s performance issued on that contract. If no documentation exists, so state. c) Provide accessible owner points of contact: name, title, address, telephone number, and fax number; and d) provide copies of awards and letters of appreciation/ commendation. 5) CRITERIA 5 - QUALITY CONTROL PROGRAM: Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. Capability of team organization and ability to control budgets, projects scheduling, and quality assurance. Ability to handle projects with multiple end-users and complex requirements. Extent of A/E's previous experience with proposed consultants and demonstrated ability to manage effectively the prime-consultant relationship. Submission Requirement: Address Quality Control program and the success of the program used by the firm. Describe who is primarily responsible for the QC program and how the prime firm ensures quality consistently across the entire team and how quality of subcontractor’s work is assured. Briefly describe internal quality assurance procedures. Address the team’s QC processes for checking documents for errors, omissions and quality and incorporating and tracking review comments. 6) CRITERIA 6 - LOCATION: Location in the general geographical area of the projects and knowledge of the locality of the projects. Submission Requirements: Describe and illustrate the team’s knowledge of design approaches, construction materials, codes/ordinances, costs, and other conditions unique to the geographic area related to the contract for which the submittal is being made. Documentation of the firm’s ability to provide at least 35% overall design services in-house from an office within the geographical area from which a preponderance of the work related to the specific contract for which the offeror has requested consideration may be more favorably rated. Additional consideration will be given for each major consultant to the prime (i.e. architectural, structural, fire protection, etc…) with an existing office within the same geographical area. 7) CRITERIA 7 - SUBCONTRACTOR UTILIZATION: Utilization of Small Disadvantaged Business Firms as primary consultants or sub consultants. Submission Requirements: Describe and illustrate the extent of participation of small disadvantaged business concerns in performance of the contract as primary consultants or sub consultants. Note: A draft small business subcontracting plan will be required if a slated firm is a large business concern prior to being interviewed. Current General Services Administration small business subcontracting goals measured as a percentage of total subcontracting are as follows. General Services Administration FY 2008 - 2009 Small Business Program Goals MID-ATLANTIC REGION CATEGORYPERCENT Small Business47.24% Small Disadvantaged Business (SDB)16.49% Women-owned Small Business5.00% HUBZone Small Business4.87% Service-disabled Veteran-owned Small Business3.00% ADDITIONAL INFORMATION Standard Form 330s will be evaluated to determine the most highly qualified firm based on criteria responses. Evaluating past performance and experience may include review of information provided by the firm, customer inquires, Government databases, and publicly available sources. Failure to provide requested data, inaccessible points of contract, or invalid phone numbers could result in a firm being considered less qualified. Estimated Start Date: January 1, 2010 The period of performance will be for one base year with Four (4), One (1) year options. The contract work shall be performed with the issuance of task orders. There will be no dollar limit per project. The government makes no representation as to the number of task orders or the actual amount of work to be ordered. The minimum guarantee for the contract shall be $2,500 for the entire contract period (including option years). The contract will include hourly rates for anticipated disciplines at various levels for use in negotiating fixed price task orders. However, the Government reserves the right to award a contract based on the negotiated hourly rates only. The estimated Maximum Ordering Limitation (MOL) amount to be expended under the contract shall not exceed $3,000,000 in fees per year. The total value of task orders placed against the contract for any year may be exceeded by the Contracting Officer by up to 50% of $3,000,000.00 per year for the cumulative fee of $4,500,000.00. Note that any unused balance of each completed year may be brought forward to succeeding years. SUBMISSION PACKAGE REQUIREMENTS The SF 330 is limited to 25 double-sided pages. Minimum font size is 12. Submit five (5) copies of SF 330 for the prime offeror (SF 330 should also include teams key sub consultants) addressing the selection criteria information. Firms meeting the geographical limitation and having the capabilities to perform the services described herein are invited to respond by submitting Five (5) completed Standard Form 330, Part I and Part II (6/30/2004 edition) along with a letter of interest (identifying this announcement by solicitation number) to the following office no later than August 4, 2009 at 2:30 p.m.: GSA, Mid-Atlantic Region, Chesapeake Realty Services District, (3PC), The Strawbridge Building, 20 North Eighth Street, 9th Floor, Philadelphia, PA 19107, ATTN: Mr. Ronald S. Kohri. Please reference the solicitation number on the outer envelope. Firms with branch offices and consultants must submit Past II of Standard Form 330 that should include project samples. Firms must separately address the evaluation factors and relate where information can be found in the submittal package relevant to each factor. A pre-proposal conference will not be conducted; however, questions may be submitted to Ron Kohri via email at ronald.kohri@gsa.gov. All questions must be received in this office by July 28, 2009. THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. The NAICS Code is 541330 and the small business size standard classification is $4,500,000. This contract will be established using the Brooks Act procedures and FAR Part 36. THIS PROCUREMENT IS BEING MADE UNDER THE SMALL BUSINESS COMPETITION DEMONSTRATION PROGRAM AND IS BEING SOLICITED ON AN UNRESTRICTED BASIS; THEREFORE REPLIES TO THIS NOTICE ARE REQUESTED FROM ALL BUSINESS CONCERNS. SPECIAL ATTENTION SHOULD BE GIVEN TO THE FOLLOWING AREAS OF THE STANDARD FORM 330: Part I, Item C: list only the team members including staff professionals who will actually perform the major tasks under this contract. Part I, Item F(23) - give a point of contact and telephone number for each project. Part I, Item F(24) - : List only five projects, not five projects for each firm (joint venture/consultants). Indicate which firms performed each of the projects and their specific responsibility and function. Include only relevant projects of similar size and scope to those to be performed under this contract. The relevant projects presented must demonstrate the firm's capability to design complex projects to be constructed in occupied facilities having sensitive tenants. Those projects must show how the firm phased the project to maintain security, noise control and continued normal operation of the facility Part I, F (25)- give a synopsis of the scope of work for each project, stating clearly what tasks were performed by the prime firm. Part I, Item H - in a narrative form, outline firm's approach to design, design reviews, quality control and project management. Include any additional information regarding the firm's qualifications to perform work similar in scope and size to this project. The last entry under Section H must read: "I hereby certify that the firm or firms listed in Part I, Item C meet(s) the geographical limitations stated in the synopsis for this contract".. Task orders issued under this contract will include Sensitive But Unclassified (SBU) building information. SBU documents provided under these task orders are intended for use by authorized users only. In support of this requirement, GSA requires the A/E firm and all consultants to exercise reasonable care when handling documents relating to SBU building information per the contract. The efforts required above shall continue throughout the entire term of the contract and for whatever specific time thereafter as may be necessary. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work). Destruction shall be done by burning or shredding hardcopy, and/or physically destroying CD’s, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software. REASONABLE CARE: 1. Limiting dissemination to authorized users. Dissemination of information shall only be made upon determination that the recipient is authorized to receive it. The criterion to determine authorization is need-to-know. Those with a need-to-know are those who are specifically granted access for the conduct of business on behalf of or with GSA. This includes all persons or firms necessary to do work at the request of the Government, such as architects and engineers, consultants, contractors, sub-contractors, suppliers, and others that the contractor deems necessary in order to submit an offer/bid or to complete the work or contract, as well as maintenance and repair contractors and equipment service contractors. 2. Term of Effectiveness. The efforts required above shall continue throughout the entire term of contract and for what specific time thereafter as may be necessary, as determined by the Government. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. 3. Written agreement of disposal. For all contracts using SBU building information, the contractor shall provide a written statement that he and his subcontractors have properly disposed of the SBU building documents, with the exception of the contractor’s record copy, at the time of Release of Claims to obtain final payment. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work). Destruction shall be done by burning or shredding hardcopy, and/or physically destroying CDs, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software. The recipient acknowledges the requirement to use reasonable care, as outlined above, to safeguard the documents and, if not awarded, the contract (and at the completion of any protest/appeal process) will make every reasonable and prudent effort to destroy or render useless all SBU information received during the solicitation. SELECTION INVTERVIEW REQUIREMENTS: Personal interviews will be scheduled for firms slated as most highly qualified. Firms slated for interviews will be asked to explain management and design team components, quality control (QC) process; and to provide design solutions to actual/hypothetical projects, a draft small businesses subcontracting plan, etc. Elaborate presentations are not desired. Site visits will not be arranged during this period. Debriefing request will not be entertained prior to 45 days after the submittal due date. It is the Government’s intent to incorporate Look-up Tables into the contract as a mandatory payment provision.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PK/GS-03P-09-CD-D-0068/listing.html)
- Place of Performance
- Address: Commonwealths of Pennsylvania and Virginia and the states of Maryland, Delaware, West Virginia, and the Southern counties of New Jersey from Trenton south, United States
- Record
- SN01865235-W 20090704/090703002228-cdd59d17f032eedc5dc655d1d6fffac6 (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 |