Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2012 FBO #3934
SOLICITATION NOTICE

C -- IDIQ Mechanical Engineering Services

Notice Date
8/30/2012
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Colorado Service Center (8PC), P.O. Box 25546, Building 41, Room 246, DFC, Denver, Colorado, 80225-0546
 
ZIP Code
80225-0546
 
Solicitation Number
GS-08P-12-JB-D-0118
 
Point of Contact
Raymond Panaguiton, Phone: 303-236-1087, Len A Wilson, Phone: 303-236-2839
 
E-Mail Address
raymond.panaguiton@gsa.gov, Len.wilson@gsa.gov
(raymond.panaguiton@gsa.gov, Len.wilson@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. General Services Administration (GSA), Rocky Mountain Region announces an opportunity for design excellence in the mechanical engineering professions. Highly qualified firms who are committed to the principles of engineering in design, development, and utilization of machines, materials, instruments, structures, processes, and systems are invited to compete as prime engineering professional or as a sub-contractor/consultant to a prime engineering professional on one or more of the “short-listed” teams. Brooks Act (PL 92-582) “qualifications-based” procedures and FAR Part 36 will be used in these contract procurements. This is not a request for proposal. GSA intends to award up to three (3) Indefinite Delivery/Indefinite Quantity (IDIQ) Mechanical-Engineering (M-E) contracts for use in issuing subsequent contract delivery orders for projects located within the Rocky Mountain Region, covering Colorado, Montana, Utah, South Dakota, North Dakota and Wyoming, but will primarily consist of projects along the Colorado Front Range. All procurements are set-aside for Small Business concerns. A “Small Business” for and engineering is defined as one in which average gross receipts for prior three years does not exceed $14.0 million.” The prime contract M-E Firm must have an active production office located within the geographic area in which it seeks contract award at least 90 days prior to the date of this Notice and be a fully licensed business entity in the state of Colorado. “M-E Firm” is defined as the legal entity having prime contractual responsibility to GSA for delivery of services. At least one of the firms must satisfy this geographic area requirement for a production office in order to qualify for consideration if the M-E Firm is a partnership, association, joint venture or other legal entity comprise of more than one firm. “Active production office” is defined as “an office where M-E services are routinely and regularly provided - not a marketing or construction site office.” In developing the complete team of consultants required for this solicitation, those offerors selected for the short list are advised that the mechanical engineers must also be located within the state of Colorado. Each contract will consist of a one (1) year base contract period and four (4) consecutive one-year contract renewal option periods. Each of the one year options may be unilaterally exercised by GSA. A guaranteed minimum fee of $1,000 shall apply to the base contract year. There is no guaranteed minimum fee for contract option years. The maximum total annual fee from all delivery orders issued under each contract shall not exceed $1 million per year. Projects designed under delivery orders to these IDIQ contracts will typically have a construction cost below the Prospectus limitation ($2.7 million for FY2013). GSA’s program objectives for these contracts are to: 1) provide M-E services for repair and alteration (R&A) projects within the Region 8 states; 2) supplement GSA’s in-house technical staff by using the contract M-E as an extension of GSA’s staff; and 3) provide GSA access to expert consulting services for a variety of tasks and building projects. GSA will require the use of Masterspec, which is the authorized master guide specification for GSA, Public Building Service. Each awardee will be required to purchase the latest update of Masterspec, including those divisions written specifically for GSA at their firm’s expense. The type of building design and construction projects on which the services of these 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. Other services and deliverables which may be contracted for using these contracts include the provision of advise, preparation of feasibility studies, program development studies (PDS), building evaluation reports (BERs), preparation of preliminary and final plans and designs, provision of technical services during the construction or installation phase, inspection and evaluation of engineering projects and related services. The M-E Firm shall include on its team the following design disciplines: mechanical engineering, electrical engineering, structural engineering, civil engineering, environmental engineering, construction engineering, and engineers’ office. SELECTION PROCESS: The selection of up to three (3) M-E IDIQ contracts will be made using in a two stage process as follows: Stage I - the technical qualifications and experience of proposed M-E firms will be evaluated. A “short-list” will be established of the M-E Firms determined to be most highly technically qualified. The short-listed M-E Firms will be invited to continue with Stage II of the selection process. Stage II – the technical qualifications and experience of the “short-listed” M-E Firms and their complete team of engineers and consultants will be evaluated from technical proposals and oral presentations. The short-listed M-E Firms will be ranked and the Top-Ranked firms will be selected to receive the solicitation and conduct negotiations. STAGE I SUBMISSION REQUIREMENTS A-E Firms that fully meet the requirements described in this notice are invited to submit a Letter of Interest, a completed SF330 Part II for the M-E Firm only, and responses to the submission requirements and evaluation criteria listed below. Identification of engineers, except for lead engineer, and consultants should not be included in Stage I of the process. Briefly describe in the Letter of Interest, the firm and its location, noteworthy accomplishments, and the proposed working and legal relationship between its components if the M-E Firm is a Partnership, Corporation, Association, Joint Venture, or other legal entity. All documentation shall be in an 8 ½” x 11” paper size with Arial Font, 12 pitch. The assembled content for the Stage I submission should be no more than 1/4 inch thick. Proposals shall be spiral bound or bound in a three ring binder, assembled in a manner that corresponds to the four Evaluation Criteria listed below. Submissions received via e-mail or facsimile will NOT be accepted. In support of the sustainable practices of resource conservation and material recycling, submissions should be concise, make wise use of recycled/recyclable paper and other materials, and be organized in such a manner that the recyclable materials can be easily removed after use. Printed/copied double-sided documents should be submitted to the extent possible. Active registration in the Systems for Award Management (SAM) is required in order to conduct business with the Federal Government. STAGE I - EVALUATION CRITERIA The Evaluation Criteria and associated relative “weight” for each criteria element is as follows and are listed in descending order of importance. 1. Factor A – M-E Firm’s Past Performance in Providing Engineering Services (25%) 2. Factor B - M-E Firm’s Specialized Experience (30%): 3. Factor C – M-E Firm’s Key Personnel/Professional Qualifications (30%) 4. Factor D - M-E Firm’s Capacity (15%) The four Evaluation Criteria and submission requirements for each are further described below: 1. M-E Firm’s Past Performance in Providing Engineering Services (25%) Provide past performance on contracts with Government agencies and private industry in terms of design excellence, innovative and cost saving design approaches, quality of work (confirmed through references) and compliance with performance schedules (confirmed through references). Include tangible evidence such as certificates, awards, peer recognition, etc., demonstrating design performance. Submit: narratives, photographs, and drawings of no more than three (3) pages each for no more than five (5) projects for at least three different clients completed within the last ten years, all having a construction value of $500,000 dollars or more. Submit client references for each project including name, title, address, email, phone number, and fax numbers. 2. M-E Firm’s Specialized Experience (30%): Provide specialized experience and technical competence in the type or work required, including where appropriate: high security/controlled access federal facilities; laboratory and data center space; spaces requiring specialized climate control; historical properties; courthouses; warehouses; industrial spaces; and experience with environmental concerns including LEED (Leadership in Energy and Environmental Design), and Federal Guidelines such as P100, and P120. Firms will be requested to specifically highlight projects performed by the individuals who would be providing services on the IDIQ Task Orders. Submit a narrative describing the M-E firm’s most relevant experience. 3. M-E Firm’s Qualifications and Experience of Key Personnel (30%) An organizational chart indicating office management, personnel roles, and professional qualifications of the staff assigned to the work; and technical competence of individual engineering team members. At a minimum, professional registration is required of the Lead MEP Engineer. Capability to provide qualified backup staffing for key personnel to ensure continuity of services and the ability to meet unexpected project demands. Describe and provide examples through photographs and drawings of the project experience of proposed key personnel in delivering M-E services comparable to the services contemplated for these contracts. Submit narrative describing the education, qualifications, professional registrations and certifications, and professional experience of the “key” personnel. A maximum of three pages and three projects per key personnel may be submitted. 4. M-E Firm’s Capacity (15%) Describe the firm’s ability to accomplish the work in the required time, including the possibility of one or more projects simultaneously. Indicate the firm’s present workload and the availability of the project team, for the specified contract performance period. Submit a narrative describing the M-E firm’s workload plan. STAGE II PROCESS SUMMARY: The names and contact information for the short-listed M-E Firms who will be invited to participate in Stage II of the selection process will be published in www.fedbizopps.gov. This publication will be the only notice M-E Firms who submit Stage I proposals and are not short-listed will receive. This publication of the short-listed M-E firms provides the names and contact information of the short-listed M-E Firms to engineers and specialty engineer design consultants who are interested in being considered for inclusion on one or more of the short-listed teams. Short-listed M-E Firms will be provided more detailed information on the Stage II process and allowed approximately 10 days after publication of short-list to assemble their entire team of engineers and consultants and prepare Stage II submittal and prepare for oral presentations not to exceed 45 minutes long. Sub-contractors to the prime contract M-E Firm are not required to be small businesses or to have an active production office in the geographic area of the contract. The technical qualifications of the entire project team proposed, including the M-E Firms selected in Stage I and their engineers and consultants will be evaluated during Stage II. The short-listed M-E Firms will submit Standard Forms 330 for each firm that is part of its proposed team. It will not be necessary for the M-E Firm to re-submit information submitted during Stage I unless changes have been made to what has already been submitted. Responses must be received by 2:00 p.m. Mountain Standard Time, on September 28, 2012 at the following address: General Services Administration, Public Building Service (PBS), Colorado Service Center, Attn: Raymond Panaguiton, 999 18 th Street, North Tower, Suite 475, Denver, Colorado 80202. A total of five (5) copies must be submitted. The following information should be on the outside of the sealed envelope 1) Name and Address of the M-E Firm, name of the contact person with phone number and fax number, 2) Solicitation Number/Title, 3) Due Date, and 4) Closing Time. Late responses are subject to FAR 52.215-1(3). The Federal Acquisition Regulation website is www.arnet.gov The website URL to obtain Standard Form 330 is: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF#1-1000 Please address inquiries to Raymond Panaguiton, Contracting Officer at raymond.panaguiton@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/8PC/GS-08P-12-JB-D-0118/listing.html)
 
Place of Performance
Address: Contracting Office Address:, 999 18th Street, North Tower, Suite 475, Denver, Colorado 80202, United States, Denver, Colorado, 80202, United States
Zip Code: 80202
 
Record
SN02861692-W 20120901/120830235712-d0c0b7ca1d58f9b164951a610a30829f (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.