Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2014 FBO #4535
SOLICITATION NOTICE

C -- A-E IDIQ

Notice Date
4/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), PBS, Land Ports of Entry - Special Programs Division, Denver Federal Center, 1 Denver Federal Center, Bldg 41, room 111, Lakewood, Colorado, 80225-0564, United States
 
ZIP Code
80225-0564
 
Solicitation Number
GS-00P-14-CY-D-0042
 
Point of Contact
Judith L. Line, Phone: 3032367173, TracyTroncosa-Maes, Phone: 3032362543A
 
E-Mail Address
judith.line@gsa.gov, tracy.troncosa-maes@gsa.gov
(judith.line@gsa.gov, tracy.troncosa-maes@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
IDIQ Architect-Engineer Services Solicitation No: GS-00P-14-CY-D-0042 The General Services Administration (GSA), Special Program Division, Central Office, Denver Federal Center was requested by DeCA, Defense Commissary Agency, Facility Construction and Sustainment Division, to procure a single award Architectural & Engineering (A&E) Indefinite Delivery Indefinite Quantity (IDIQ) contract for use in issuing contract delivery orders for 150 worldwide DeCA Commissaries, Joint Venture Commissary & Exchange, Central Distribution Centers (CDC) or other Warehouse Facilities located both in Conus and Oconus. The A&E IDIQ contract will be established for a base period of one (1) year with four (4) consecutive one-year contract renewal option periods. A one-time minimum guarantee of $15,000.00 for the base year and a cumulative $47 Million ceiling will apply for the duration of the contract with a $9,400,000 limit per year. There is no minimum guarantee for the option years or extensions. Projects designed under delivery orders to the IDIQ contract will typically have an estimated construction cost range from $100,000 to $100,000,000. GSA/DeCA's program objectives for these contracts are to: 1) provide A-E and Engineering services for retail grocery design services both Conus and Oconus; 2) will be responsible for providing single and multi-project construction oversight management; and 3) provide GSA/DeCA access to expert consulting services for a variety of tasks and commissary projects.. Firm-Fixed-Price (FFP) Task Orders are anticipated to be awarded against the A-E IDIQ contract. The North American Industrial Classification System (NAICS) code applicable to this requirement is 541310 (Architectural Services). Interested firms must be registered in the System for Award Management (SAM) at www.sam.gov which includes Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA). NAICS code 541310 must be included where applicable in the registrations (e.g. provision 52.219-1 of ORCA if representing as a small business). The current small business size standard for this NAICS code is $7 million average annual receipts for the firm's preceding three fiscal years. This announcement is being synopsized as unrestricted. Firms larger than this average will be considered large businesses and will be required to submit a small business subcontracting plan if selected to submit a request for fee proposal, unless the services will be completed fully in-house by the firm for the entire contract duration. Scope: The type of commissary retail grocery design and construction projects which are contemplated to be used include: roofing repairs or 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; installation, repair, or modification of fire sprinkler systems; installation; interior space alterations. Other services and deliverables which may be ordered using this contract include: construction management/technical inspectors, research, site investigations, preparation of condition assessment reports, final photos, preparation of project scopes, preparation of design-build requests for proposals, surveying, schematic designs, cost estimates, life cycle cost analysis, and value analysis, geotechnical topographical site surveys, Hazardous Materials (HAZMAT) abatement analysis and reports, structural deficiencies studies and facility condition assessments. Construction management/technical inspectors will be responsible for construction phase services including submission reviews, project inspections, drawings, specifications, cost estimates, and value engineering. The A-E Firm shall include on its team the following design disciplines: architecture, planning, structural engineering, civil engineering, geotechnical engineering, mechanical engineering, electrical engineering, life safety and fire protection, interior design, and cost estimating. SELECTION PROCESS: Evaluation and Selection Criteria: The evaluation and selection will be in accordance with the Brooks Act (PL) 92-582 (40 U.S.C. 1101-1104) Qualifications-Based Procedures, Federal Acquisition Regulation (FAR) Part 36.6. This is a request for qualifications and not a request for fee proposal. Only one firm will receive a "Request for Fee Proposal" and the Government will pursue negotiation with that firm. The selection of the A-E IDIQ contract will be made using a two stage process as follows: Each firm must demonstrate their qualifications, including subcontractor qualifications with respect to these selection criteria. Standard Form (SF) 330 will be submitted and will be evaluated to determine the most highly qualified firm/team based on the information provided. Failure to provide the required data or comply with the instructions in this synopsis and SF 330 instructions could result in a firm being considered less qualified or eliminated from consideration. The website URL to obtain Standard Form 330 is: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF#1-1000 Stage I - A-E firms will be evaluated against the evaluation criteria outlined below. A "short-list" of 3-6 firms consisting of the most highly technically qualified A-E firms will be established. The short listed A-E firms will be invited to continue with Stage II of the selection process. In your response in Section C of the SF330, submit only on the Prime A-E and Firms associated with the Program Executive, Lead Architectural Designer, and Lead MEP Engineer. STAGE I - EVALUATION CRITERIA The A-E firm selected for this contract will be based on the following evaluation factors, listed in descending order of importance: Factor 1. Specialized Experience (30%) Factor 2. Past Performance in Providing A-E Services (25%) Factor 3. Professional Qualifications & Experience Key Personnel (25%) Factor 4. Capacity (15%) Factor 5. Small Business Subcontracting Plan (5%) The five Evaluation Criteria and submission requirements for each are further described below: FACTOR 1 - SPECIALIZED EXPERIENCE ( 30%) A-E Firm's specialized experience listed should be similar to retail grocery design service projects. The projects listed should include project(s) worldwide, referred to as CONUS (Contiguous United States) and OCONUS (Outside the Contiguous United States). Include all relevant data on the projects including dates, size, program, scope, team, references, etc. These projects should show scope and nature similar to retail grocery service requirements, the complexity of the job, challenges faced, actions taken and the resolution and results of any challenges faced. Submit information for a maximum of five projects, no more than 3 pages each, in Part l, section F of the SF330, consisting only of current projects. Projects completed more recently will be evaluated more advantageously for the offeror. FACTOR 2 - PAST PERFORMANCE in PROVIDING A-E SERVICES (25%) Provide past performance on contracts with Government agencies and private industry. Past performance to include design, engineering and inspection services of retail grocery stores CONUS (Contiguous United States) and OCONUS (Outside the Contiguous United States), and compliance with performance schedules (confirmed through references). For each project listed in SF330, Part l, section F, submit narratives, photographs or 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 five years, each having a construction value of $1 million or more. Describe the A-E Firm's past performance in satisfying the needs, quality of work (confirmed through references), ability to maintain costs, and schedule of its clients for services including: programming, planning and pre-design services; design phase services; bid and construction phase services; and design for retail grocery facilities. Include tangible evidence such as certificates, awards, peer recognition, etc., demonstrating design performance. Submit client point of contact information for each project including name, title, address, email, phone number, and fax numbers. FACTOR 3 - PROFESSIONAL QUALIFICATIONS and EXPERIENCE of KEY PERSONNEL (25%) : In Part l, section D of the SF330, submit an organizational chart indicating office management, personnel roles, and professional qualifications of the staff assigned to the work; and technical competence by discipline of individual design team members. In Part l, section E of the SF330, submit information describing the education, qualifications, professional registrations and certifications, and professional experience, for the following "key" A-E Firm and/or Team personnel: Submit a maximum of three pages for each key person with a maximum of three projects for each person a. Program Executive b. Lead Architectural Designer c. Lead MEP Engineer Describe and provide examples through photographs and drawings of the project experience of proposed key personnel in delivering A-E services comparable to the services contemplated for these contracts.. FACTOR 4 - A-E FIRM'S CAPACITY (15%): Submit a maximum 3 page workload plan narrative describing 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. FACTOR 5 - SMALL BUSINESS SUBCONTRACTING PLAN (5%): An acceptable Subcontracting Plan will be required from the successful A-E firm if it is not a small business concern. The firm awarded a contract under this solicitation must agree that small businesses, SDVOSB, HUB Zone and Woman-Owned small business concerns will have the maximum practicable opportunity to participate in contract performance consistent with successful A-E efficient performance. GSA Agency-wide subcontracting goals are: Small Business 25%; SDB 5%; WOSB 5%; SDVOSB 3%; Hub Zone 3%; VOSB 3%. OFFICE LOCATION: The firm selected will be required to have the Core Management Team co-located full-time in the DeCA/LEE office building (BLDG 8400) at Joint Base San Antonio, Lackland AFB, Texas. Stage II - Discussions/Presentations will be held with at least three to six of the most highly qualified "short-listed" A-E Firms. The short-listed A-E Firms will be ranked in order of preference and the highest ranked firm will be selected. The names and contact information for the short-listed A-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 A-E Firms who submit Stage I proposals and are not short-listed will receive. This publication of the short-listed A-E firms provides the names and contact information of the short-listed A-E Firms to engineers and specialty design consultants who are interested in being considered for inclusion on one or more of the short-listed teams. Short-listed A-E Firms will be provided more detailed information on the Stage II process and allowed approximately thirty 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. The technical qualifications of the entire project team proposed, including the A-E Firms selected in Stage I and their engineers and consultants will be evaluated during Stage II. The short-listed A-E Firms will submit Standard Forms 330 for each firm that is part of its proposed team. It will not be necessary for the A-E Firm to re-submit information submitted during Stage I unless changes have been made to what has already been submitted. Required Submittals: 1. 1 page cover letter 2. All submittal information listed under each evaluation factor 3. SF 330 Part I and Part II for the prime contractor, 4. SF 330 Part II for each proposed sub-consultant, and 5. Past Performance Questionnaire for each project listed in SF 330 Part I, Block F. (Questionnaires are to be submitted by the customer reference. It is the responsibility of the offeror to ensure that the customer reference completes and return the questionnaire 5 days prior to the SF 330 submission deadline.) 6. Proposals shall not exceed 30 double sided pages of 8 1/2 x 11 size paper with 12 pitch Arial Font. Offerors shall submit an original proposal and three (3) copies. POC: The Contracting Officer will be Steven H. Eckelberg - steve.eckelberg@gsa.gov. The Points of contact for this announcement is Tracy Maes and Judith Line. Please Submit questions to tracy.troncosa-maes@gsa.gov and Judith.line@gsa.gov. Responses must be received by 4:00 p.m. Mountain Standard Time, on May, 23, 2014 at the following address: General Services Administration, Special Programs Division, Room 111, Building 41, Denver, CO 80225. Late responses are subject to FAR 52.215-1(3). The Federal Acquisition Regulation website is www.arnet.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8a2bf441dec640e136cb452385fb1a5e)
 
Place of Performance
Address: 150 worldwide DeCA Commissaries, Joint Venture Commissary & Exchange, Central Distribution Centers (CDC) or other Warehouse Facilities located both in Conus and Oconus., San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN03346399-W 20140425/140423234958-8a2bf441dec640e136cb452385fb1a5e (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.