Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2012 FBO #3736
MODIFICATION

C -- Supplemental Architect/Engineering Services, Texas - Zone IV - Solicitation Q & A

Notice Date
2/14/2012
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
GS-07P-11-HH-D-0037
 
Point of Contact
Isaac Karto, Phone: 817-978-2198, Angela D Long, Phone: 817-978-4447
 
E-Mail Address
isaac.karto@gsa.gov, angela.long@gsa.gov
(isaac.karto@gsa.gov, angela.long@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Supplemental A/E IDIQ Zone Map displaying each zone within the region. Answers to questions received during teleconference. List of attendees is also attached. 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 TX - Zone IV. GSA is soliciting Architectural and Engineering (AE) services for the State of Texas - Zone IV. This acquisition is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. This procurement is unrestricted, and is open to all businesses regardless of size. 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%, HUBZone Small Business 3%, Veteran Owned Small Business 3%, and Service Disabled Veteran Owned Small Business 3%. If applicable, the subcontracting plan will be requested at a later date, it is not required with this submittal. To be eligible for contract award, a firm must be registered in the Central Contractor Registration at http://www.ccr.gov and have completed On-line Representations and Certifications at https://orca.bpn.gov. The North American Industrial Classification System Code applicable to this project is 541310, Architectural Services, which has a size standard of $4.5 million in average annual receipts and corresponds to Standard Industrial Code 8712. 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 IV. The primary contract area for Zone IV will be South/Central Texas. This area currently includes, but is not limited to the following counties: Aransas, Atascosa, Bandera, Bastrop, Bee, Bell, Bexar, Blanco, Brazos, Brooks, Burleson, Burnet, Caldwell, Calhoun, Cameron, Coke, Comal, Concho, Coryell, Crockett, De Witt, Dimmit, Duval, Edwards, Falls, Fayette, Frio, Gillespie, Goliad, Gonzales, Grimes, Guadalupe, Hays, Hidalgo, Houston, Irion, Jackson, Jim Hogg, Jim Wells, Karnes, Kendall, Kenedy, Kerr, Kimble, Kinney, Kleberg, La Salle, Lampasas, Lavaca, Lee, Leon, Live Oak, Llano, Madison, Mason, Maverick, McCulloch, McLennan, McMullen, Medina, Menard, Milam, Mills, Nueces, Real, Refugio, Robertson, Runnels, San Patricio, San Saba, Schleicher, Starr, Sterling, Sutton, Tom Green, Travis, Trinity, Uvalde, Val Verde, Victoria, Walker, Washington, Webb, Willacy, Williamson, Wilson, Zapata and Zavala. The secondary contract area will be the states of Arkansas, Louisiana, New Mexico, Oklahoma and the remainder of the state of Texas. The AE firm selected under this solicitation will be required to provide all types of AE 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. Tasks will include site observations, design, construction documents, detailed construction cost estimating, independent government estimate/bid technical analysis, construction submittal reviews, 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 as part of this proposal. Further, all designs are required to meet GSA Design Excellence. 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 Courts, U. S. Marshals and Customs and Border Protection, etc., 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, 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 $3 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 when the project is clearly defined and an estimated construction contract amount has been established. The Lookup Table will be provided to the selected 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 (SF)-330 along with a letter of interest. Please be specific and provide pertinent and requested information. Vague, relative and general information will be discounted. Projects completed before 2006 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 provide those in the first slots that are the 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 their concentrated areas of expertise listed in Section C, should 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 six (6) key personnel. You will have to prioritize and provide those individuals that best represent your ability to accomplish the requirements of this contract. Chief executive officers 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. SF-330, Section F: Form may not be modified. As stated in the SF-330 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. SF-330, Section H: Design Excellence : Include the Architectural Lead Designer's Philosophy (not to exceed two (2) pages) and the Engineering Lead Designer's Philosophy (one (1) page for each engineering discipline meeting Design Excellence). Mechanical engineering is the prime discipline for application of Engineering Design Excellence in this contract. The team may suggest and provide for others such as electrical, civil, roofing, envelope integrity, and landscaping. For architecture, submit a portfolio representative of the lead designer's ability to provide design excellence. Each example project should include no more than three (3) single sided pages. Photographs, sketches and drawings are welcome. For engineering submit a portfolio representative of the lead designer's ability to provide Design Excellence. 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. 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. Also, provide a Communication Plan (not to exceed 3 pages) 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 a situation or proactive on emerging situations, evaluation, midcourse corrections and any additional information about the organization. Provide a Quality Control Plan (not to exceed 3 pages) that will assure a quality project, well coordinated drawings within each discipline, across disciplines, and with specifications (showing a clear understanding of how specifications help in management during construction), control costs and provide quality control during construction. Also provide a Quality Assurance perspective for meeting Statement of Work, limited budgets and schedules. 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 if applicable. Proposals should include 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's point of view. The Government may consider other resources not submitted by the offeror that the Government is aware of or becomes aware of as a result of references or other means. Selection Criteria for this acquisition are listed below in descending order of importance. (1) Design Excellence : Provide descriptive application of GSA's Design Excellence philosophies for both architecture and engineering services. Architectural and engineering solutions provided for evaluation should demonstrate exceptional talent, design, application, execution and performance. (2) Experience, Performance, Technical Ability and Professional Acumen : Demonstrate the team's experience, performance, technical abilities, application of standard care and exceptional care. Key personnel of the team who will be directly involved in providing the contract services must possess the education, qualifications and project experience that will provide the best opportunity for the successful completion of task orders under this contract. Provide descriptive application of how your 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. Teams must be able to demonstrate successful past performance on example projects from the owner, and/or peer and teammate's point of view. The Government is not limited to reviewing only those references provided by the offeror. (3) Management, Organization, Production and Quality Control : Describe how the team will work together. Demonstrate that roles, responsibilities and lines of communication are defined, clear and efficient. The Management Plan should propose new ways of dealing with problems of quality control. It should demonstrate how the team will efficiently and effectively serve the entire primary contract area, how the team will deal with schedule and staff issues resulting from erratic issuance of task orders. The Management Plan should demonstrate the ability to produce high quality design, within project budget, while meeting schedules, remaining well coordinated and maintaining good working relationships. (4) Construction Management and Inspection Capability : Experience and capability of the firm and consultants with respect to complete management and inspection services for projects during the construction phase of the described projects. Provide lessons learned, what have been the typical problems areas, what has worked to solve those problems and what has not worked. (5) Location in and Knowledge of Geographical Area : Demonstrate how at least 35 percent of the required A/E service will be accomplished by a successful firm located within the geographical area of this zone. Demonstrate 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 should include everything from supply, labor force, weather and seismic conditions to the local construction climate's impact on cost estimating. 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 Monday, February 13, 2012, from 9:30 AM - 11:00 AM Central Standard Time (CST), to answer all questions regarding this solicitation. The call-in number for this conference call is (866) 564-9718, passcode 1817722. All responsible architectural or engineering firms wishing to be considered must submit five (5) copies of completed SF-330 and other pertinent information (see FAR 53.236-2(b)), which must be received no later than 4:00 PM CST on Tuesday, February 28, 2012. No fax or email documents will be accepted. Proposals must be addressed to the primary Contract Specialist: Isaac Karto, 819 TAYLOR STREET Room: 12B, FORT WORTH, TX 76102-6114. LATE PROPOSALS WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07P-11-HH-D-0037/listing.html)
 
Record
SN02674719-W 20120216/120214235044-a8614cb72e0b67c886e802ca3d3358c4 (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.