MODIFICATION
C -- Southern Service Center Indefinite Delivery Indefinite Quantity (IDIQ) Contract(s) for Architecture and Engineering (A/E) Services - Pre-submission Meeting Minutes with Q&A
- Notice Date
- 3/24/2016
- Notice Type
- Modification/Amendment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management Division, Southern Illinois / Indiana Contracting Team (5P2PQCB), Please refer to the synopsis / Solicitation documents for address information., United States
- ZIP Code
- 00000
- Solicitation Number
- GS-05P-16-SC-D-7001
- Point of Contact
- Katie M Musselman, Phone: (312) 520-8939
- E-Mail Address
-
katie.musselman@gsa.gov
(katie.musselman@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Pre-submission Meetings Sign-in Sheets Pre-submission Meeting Minutes with Q&A Solicitation Number GS-05P-16-SC-D-7001. Southern Service Center Indefinite Delivery Indefinite Quantity (IDIQ) Contract(s) for Architecture and Engineering (A/E) Services. This acquisition will result in multiple Indefinite Delivery / Indefinite Quantity (IDIQ) contracts to provide engineering and architectural services to support repair and alterations projects managed by the GSA Public Building Service (PBS) in Ohio, Indiana, and Illinois (excluding Cook and Winnebago Counties). The Government may award to teams led by Architectural and/or Engineering firms (AE/EA). The purpose of this Solicitation and subsequent contracts is to engage teams capable of performing design services that are consistent with the guiding principles of GSA's Design Excellence program for a variety of project types. Assembled teams should be well rounded and clearly identify relevant concentrated areas of expertise, if applicable. The anticipated scopes of work may include, but are not limited to: site investigation, pre-design and existing conditions studies, design, construction documents, constructability review and evaluation, estimating, technical design reviews, procurement support, submittal and shop drawing review/approval, record drawings, construction site inspection, and close-out documentation. Primary disciplines and expertise that may be required on resulting task orders include, but are not limited to: architecture, mechanical (including component/system assessments and design), electrical, plumbing, civil, structural, fire protection, historic preservation, estimating, code compliance, environmental services, life safety, quality control review, scheduling, space planning, and sustainability. Secondary expertise that may be required includes security, surveying, LEED, risk assessment, vertical transportation, real estate market analysis, master planning, and report writing. The majority (approximately 80%) of task orders issued under these IDIQ contracts are anticipated to have an estimated cost of construction at award (ECCA) of $250,000 or less. These task orders will require limited scope engineering and architectural services with defined deliverables and performance periods of 120 calendar days or less. Some task orders may require a full range of engineering and architectural services with extended budgets and/or performance periods; however, project ECCAs over the current prospectus project threshold are not anticipated. In accordance with Federal Acquisition Regulation (FAR) 15.404-4(c)(4)(i)(B), fees for design services cannot exceed 6% of the ECCA. For general guidance describing included and excluded services, in regards to the 6% fee limitation, see the attached document. The duration of the base contract will be one year. The minimum guarantee for the base contract is $1,500. All contracts will include a clause for four (4) options, each of which could extend the contract for an additional year and may be exercised at the discretion of the Government. The maximum order limitation is $750,000 for each one year period. The Government intends to award multiple contracts from this notice. Teams will be evaluated and contracts awarded for two (2) distinct zones: Zone 1 contracts will cover Indiana and Illinois (excluding Cook and Winnebago Counties) and Zone 2 contracts will cover Ohio. Submissions for each zone will be evaluated independently. In the qualifications submission, teams should indicate the zone(s) that they wish to be considered for; teams are encouraged to submit for more than one zone - however, submitting for multiple zones will not positively or negatively impact the selection process. If there is insufficient capacity to meet GSA's needs within a designated zone, all AE/EA firms may be considered for task orders, based on qualifications. Within 30 days of award, teams must have an active production office within or near the planned geographic zone previously defined so as to minimize direct travel costs on resulting task orders. Professional services for task orders shall be overseen or performed by individuals licensed in the relevant discipline, with a current registration in the state in which the project's construction will occur. Joint ventures and/or consulting arrangements will be considered and evaluated on the demonstrated interdependency of the team members to provide a cohesive quality design effort. This procurement is set aside for small business concerns. The NAICS codes are 541330 - Engineering Services, with a small business size standard of $15 million and 541310 - Architectural Services, with a small business size standard of $7.5 million. Three pre-submission meetings are schedule to provide maximum opportunity for participation based on availability. One meeting will be teleconference only; the other two meeting will be in person with teleconference availability. Teams are invited to attend all or none of these meetings; participation is completely voluntary and will not positively or negatively impact a team's evaluation. The first meeting is scheduled for March 9, 2016 at 11 AM Eastern Time. The meeting will take place at the Major General Emmett J. Bean Federal Center, 8899 East 56th Street, Indianapolis, IN. The second meeting is scheduled on March 15, 2016 at 1 PM Eastern Time. The meeting will take place at the Bricker Federal Building, 200 N. High Street, Columbus, OH. The third meeting is scheduled for March 16, 2016 at 10 AM Eastern Time. This meeting will be teleconference only. Those wishing to attend should RSVP to Katie Musselman, Contracting Officer, at katie.musselman@gsa.gov. In the e-mail, please provide the names of those attending. GSA's selection for A/E contracts is a two-step process. The first step is qualification based and the second step is fee based. This notice is a Request for Qualifications (RFQ) only. In the first step, teams will submit qualification based on the criteria identified below. A source selection board will review each team's qualifications and establish a short list. The board reserves the right to hold interviews with each of the short-listed teams to clarify and/or confirm submitted information. During the second step, short-listed teams will be required to submit documents and negotiate salary, overhead and profit rates. The resulting rates will be used to negotiate and award task orders. Please note, these documents are not required at this time; they will be requested at a later date, if necessary. Short-list selections will be based on the following qualifications, weighted as follows: I. Specialized Experience and Technical Competence (35%) Projects should demonstrate repair and alterations work of similar size as anticipated for the task orders off of the IDIQ contracts; highlighting concentrated areas of expertise such as, work in occupied buildings, building system upgrades, historical preservation, etc. Team must seamlessly incorporate architecture and engineering for a variety of complex and routine design issues; demonstrating their competency at executing services such as those noted previously in this synopsis. High quality in architecture and engineering should be addressed through creative and innovative problem solving within existing buildings to achieve creative solutions under the constraints of budget and schedule. Teams must be able to provide services ranging from pre-design studies through construction completion. Consideration will be given to teams with specialized experience. II. Management Plan and Team Structure (30%) Teams must demonstrate a clear and efficient management plan and team structure (which includes sub-consultants) that addresses roles and responsibilities, lines of authority, coordination and communication. Assembled teams should be well rounded and clearly identify relevant concentrated areas of expertise if applicable. The management plan should clearly describe: • the team's overall design approach. • the team's ability to staff and manage task orders on an as-needed basis; accounting for the unpredictable issuance of task orders in terms of number, importance and urgency. • the team's plan for designing within a negotiated fee in accordance with the 6% fee limitation. Consideration will be given to teams that demonstrate a wide range of experience levels, in multiple disciplines, proving the ability to flexibly staff projects based on complexity and budget constraints. III. Quality Control Plan (15%) Team must demonstrate processes for quality control and commitment to quality control standards while designing within the project's budget and schedule limitations. The plan should specifically address coordinate efforts with sub-consultants. IV. Past Performance (10%) Teams must demonstrate successful past performance on similar repair and alterations projects from point of view of the client and professional peers. Demonstrated success of collaborative teaming relationships will be positively considered. The Government has the right to use corporate knowledge when evaluating this factor. V. Professional Qualifications (10%) Key personnel must possess the education, qualifications (including an active license in relevant discipline(s) in Zone 1 and/or Zone 2) and project experience that will provide the best opportunity for the successful completion of task orders under this contract. Teams must be able to provide services ranging from pre-design studies through post occupancy. REQUIRED DOCUMENTS for QUALIFICATION SUBMISSION: Interested teams that have the qualifications to meet the requirements identified above are invited to submit three hard copies and two CD's of Standard Form 330 (which can be found at www.gsa.gov/forms) along with one single-sided page letter of interest indicating the zoning preference for your team, no later than 2:00PM Eastern Time on April 12, 2016. Please provide only the information requested; supplemental information will not be evaluated. The three (3) hard copies and two (2) CD's, that include PDF copies of all of the required documents, must be sent to: General Services Administration Attn: Katie Musselman, Contracting Officer 8899 East 56th Street, Column 123B Indianapolis, IN 46249 Supplemental Standard Form 330 Information / Instructions: Section C: Do not modify the form by providing more than six proposed team members. Prioritize team members, providing those that are most important to creating a well-rounded team demonstrating the concentrated areas of expertise. It is recommended that teams responsible for the majority of the work submitted in Section F be included. Section E: Do not provide more than six key personnel. Teams will have to prioritize and provide those that best represent your ability to accomplish the requirements of this contract. 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 Primary Point of Contact that will 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. Section F: Provide no more than ten (10) example projects; each example may be supplemented with photographs, sketches and drawings, or additional information not to exceed 2 double-sided pages. Two out of the ten examples must be directly attributable to the Primary Point of Contact/Team Lead. Projects should demonstrate the team's ability to successful accomplish a range of repair and alterations projects, of varying complexities and budgets. The majority of projects shall include those that have reached substantial completion and all shall have been designed within the last 5 years. Section G: Only indicate Key Personnel that participated in example projects when they will be performing the exact same role on this contract. Section H: A. Management Plan and Team Structure shall not exceed three double-sided pages (or six single-sided pages) and shall address the factor as described above. B. Quality Control Plan shall not exceed two double-sided pages (or four single-sided pages) and shall address the factor as described above. C. Past performance information for each sample project submitted in section F may be supported by other documentation which can include but is not limited to: copies of performance evaluations or owner reviews of team's performance, copies (or listing) of awards, and letters of appreciation or commendation. All responsive offers will be considered. This is not a request for proposal. The prime contractor must be registered in the System for Award Management (www.sam.gov).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8a5a7f82631ea9ee3937cd5d175d82f7)
- Place of Performance
- Address: Various Locations in Ohio, Indiana, and Illinois (excluding Cook and Winnebago Counties), United States
- Record
- SN04061249-W 20160326/160324234452-8a5a7f82631ea9ee3937cd5d175d82f7 (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 |