Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2018 FBO #5913
MODIFICATION

C -- GSA, PBS, National Capital Region, Indefinite Delivery Indefinite Quantity (IDIQ) Contract(s) for Architectural and Engineering (A/E) Services - Pre-Submission Meeting Information

Notice Date
1/29/2018
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R5 Acquisition Management Division (47PF00), Please refer to the notice for address and remittance information., United States
 
ZIP Code
00000
 
Solicitation Number
47PF0018R0051
 
Archive Date
9/3/2018
 
Point of Contact
Johanna Nieves, Phone: 312-758-2467
 
E-Mail Address
johanna.nieves@gsa.gov
(johanna.nieves@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Pre-Submission Meeting Information National Capital Region, Indefinite Delivery Indefinite Quantity Contract(s) for Architectural 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 the metropolitan area of Washington, DC. 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, program of requirement, 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. Most task orders issued under these IDIQ contracts will be executed for repair and alteration projects within existing buildings. The estimated cost of construction at award (ECCA) can range from $2,000 to approximately $3,095,000 (or the current Prospectus Project Threshold). 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 PIB 13-04 Attachment. 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 or 541310 - Architectural Services, with a small business size standard of $7.5 million. The duration of the base contract will be one year. The minimum guarantee for the base contract is $2,000.00. 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 $3,000,000.00 for each one year period. Firm/team must have an existing active production office within or near the metropolitan area within 30 days of award so as to minimize direct travel costs on resulting task orders. The metropolitan area is defined as, the District of Columbia; the City of Baltimore, the Counties of Montgomery, Prince Georges, Howard, Anne Arundel, and Baltimore in Maryland; the Cities of Alexandria, Falls Church, Fairfax, and Manassas, and the Counties of Arlington, Fairfax, Prince William and Loudoun in Virginia. Joint ventures or firm/consultant arrangements will be considered. 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. In order to encourage participation in this RFQ, a pre-submission meeting will be held on February 9, 2018 at 10:00am (Eastern Time) at the GSA Auditorium, 301 7th Street, SW, Washington, D.C. 20407. Attendance is completely voluntary and will not positively or negatively impact a team's evaluation. Those wishing to attend should RSVP to Johanna Nieves, Contracting Officer, at johanna.nieves@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 (50%) Teams must demonstrate success in appropriately addressing a variety of complex design issues that seamlessly incorporate architecture and engineering teams must be able to demonstrate their competency at executing services such as those noted previously in this solicitation. Teams should be adept at solving a variety of issues where their specialized experience is evident. adept at solving issues like mechanical component design, ADA improvements, security upgrades, sustainability, energy reduction and aging infrastructure. Design Excellence in architecture and engineering should be addressed through problem solving within existing buildings and achieving creative solutions to considerations of function, scale, image, engineering and community context, under constraints (i.e. budget, schedule). Team must demonstrate innovation in the use of new materials or old materials in new ways. Team must demonstrate creativity and innovation, in the use of new materials or products or old materials or products in new ways. Examples of using emerging new design and construction processes must be shown. Team must be able to provide services ranging from pre-design studies through construction completion. Teams should highlight specialized areas of expertise such as Historic Preservation and Sustainable design. Consideration will be given to teams with specialized experience. II. Organization, Management and Quality Control (25%) All roles, responsibilities and lines of communication are defined, clear and efficient. Management Plan proposes some new ways of dealing with the old problems of 1) quality control, 2) efficiently and effectively covering the areas as defined, and 3) ability to scale up or down to meet the demand of a varied work load. 4) ability to provide appropriate skill level and level of effort for the size, type and complexity of the task. III. Professional Qualifications (15%) Key Personnel must possess the education, qualifications and project experience that will provide the best opportunity for the successful completion of task orders under this contract. Lead Designer's Philosophy is balanced and their intent/involvement for accomplishing task orders under this contract is appropriate. IV. Past Performance (10%) Teams must be able to demonstrate successful past performance on example projects from the owner, peer and team mate point of view. Demonstrated success at collaborative teaming relationships with consultants will be positively considered. The Government has the right to use corporate knowledge when evaluating this factor. REQUIRED DOCUMENTS FOR QUALIFICATION SUBMISSION: Interested teams that have the qualifications to meet the requirements identified above are invited to submit two (2) hard copies and three (3) CD's of Standard Form 330 (which can be found at www.gsa.gov/forms or attached) no later than 4:00PM Eastern Time on February 22, 2018. Please provide only the information requested; supplemental information will not be evaluated. The two (2) hard copies and three (3) CD's, that include PDF copies of all of the required documents, must be sent to: General Services Administration Attn: Johanna Nieves, Contracting Officer 230 South Dearborn Street, Room 3500 Chicago, Illinois 60604 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 successfully 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/0c036ec5ecce507e7e8018546e544692)
 
Place of Performance
Address: Metropolitan Area of Washington, DC, Washington, District of Columbia, United States
 
Record
SN04802363-W 20180131/180129230854-0c036ec5ecce507e7e8018546e544692 (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.