Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 19, 2000 PSA #2709
SOLICITATIONS

C -- ARCHITECT AND ENGINEERING SERVICES -- CONSTRUCTION

Notice Date
October 17, 2000
Contracting Office
GSA, PBS, Property Development (4PCC), Suite 2500, 401 West Peachtree St., NW, Atlanta, GA 30365-2550
ZIP Code
30365-2550
Solicitation Number
GS-04P-00-EXD-0044
Response Due
November 14, 2000
Point of Contact
Noel E. Walton Contracting Officer @ 404-331-4635, Jay Chait COR @ 404-331-4247
E-Mail Address
rfp (noel.walton@gsa.gov)
Description
DESC: Correct Solicitation number for notice (W-290 SN5043U1) is GS-04P-00-EXD-0044. 1. CONTRACT INFORMATION: This proposed contract action is set-aside for Small Business Concerns. The Standard Industrial Classification (SIC) codes are 8711 and 8712. A small business is defined as one whose gross annual receipts for the three previous fiscal years does not exceed four million dollars. Minority-owned, women-owned, and designated "8(a)" A-E firms are strongly encouraged to participate. The General Services Administration (GSA) proposes to procure Supplemental Architect-Engineer (A-E) Services in accordance with PL 92-582, (Brooks Act). The area to be served is the GSA Southeast Sunbelt Region, (SESB) which includes the eight states of AL, FL, GA, KY, MS, NC, SC, and TN. An Indefinite Delivery/Indefinite Quantity (IDIQ) type contract is contemplated with two or more firms awarded contracts. The base contract term shall be one year with four one year option periods. The delivery orders issued in any one year period under a single contract is not expected to exceed $250,000. The aggregate value of each contract is not expected to exceed $1,250,000. Delivery Orders will be issued to order services from the IDIQ contract and will include a Scope of Work to define the services required in that delivery order. The successful firm(s) will best demonstrate a commitment to design excellence, provide a viable team organization and meet the geographic and other limitations set forth below in this announcement. 2. GENERAL INFORMATION: The Government's objectives for these contracts are that they provide GSA, on an "as needed" basis with the ability to quickly and efficiently contract for professional services for projects located throughout GSA's eight state SESB region, the ability for GSA to 1) provide pre-design services 2) enable GSA to supplement its in-house resources by using the selected A-E team(s) to extend its staff; and 3) provide GSA with expert consulting services for a variety of technical tasks and projects. Under this Contract the A-E may be required to provide the following disciplines: architectural; structural, civil, geo-technical, mechanical, electrical, and acoustical engineering; landscape architectural; interior design; and cost estimating. The contract(s) will also require expertise in the following areas: lighting, elevator, audio-visual, and security design; life safety/fire-protection; courts design; historic preservation; hazardous-material abatement; and site-surveys/investigations. The A-E will also be required to provide a consultant for commercial real estate services regarding market trend analysis, profitability, and economic analysis. Construction services may require shop drawings/materials submittal review; construction inspection services, and material testing. Major tasks to be provided will include the preparation of feasibility studies (FS); Prospectus Development Studies (PDS); design programs (DP) and design (in whole or part), of either new or renovation/alteration construction projects; programming / planning activities; and studies / analyses of specific building's systems and/or components. The finished products may include narratives, schematic design drawings, bidding / construction documents, detailed cost-estimates, evaluation reports, or other appropriate authentication of the performed services. The tasks will be designed in the International System of Units (SI) (Metric) as listed in the Federal Standard 376A, Preferred Metric Units for General Use by the Federal Government, inch-pound system for small projects, or dual system of both inch-pound system and metric system. 3. SELECTION PROCESS: The A-E Firm, for both stages in this A-E selection process, is defined as the firm, partnership, corporation, association, joint venture or other legal entity that will have contractual responsibility to GSA for task order execution. The A-E Firm must have an active production office within the boundaries of the SESB established at least 90 days prior to the date of this announcement. If the A-E Firm is a partnership, corporation, association, or joint venture, at least one of the associated firms must satisfy this requirement. In developing the complete project team of consultants required for this solicitation, those offerors selected for the "short list" are advised that the major consultants (structural, mechanical, electrical) must also be located within the boundaries of the region. The A-E selection will be completed in a two-stage process: Stage I: Only the A-E Firm will be evaluated. Identification of consultants is not required in this Stage. If the A-E Firm is a partnership, corporation, association, joint venture or other legal entity permitted by law to practice architecture or engineering, briefly describe the proposed working and legal relationships between its components. The A-E Firm will also identify key staff on the proposed team. Because the majority of the work is anticipated to be programming and pre-design services (feasibility and prospectus development studies), the evaluation factors in Stage I will primarily deal with the capabilities to accomplish them. In Stage II the entire team's capabilities to perform a full range of A-E services will be evaluated. The Evaluation Criteria and associated submission requirements for Stage I selection are as follows: A. Past Performance in Providing Programming and Pre-Design Phase Services. (475 points) 1.). Firm's responsiveness to the client's needs and compliance with performance schedules, as demonstrated by narrative and by client references. 150 Points 2.). Firm's delivery of quality products to the client, and evidence of an effective in-place Quality Control Program, as demonstrated by narrative and by client references. 100 Points 3.) Accuracy of studies, estimates and cost analyses, as demonstrated by narrative and by client references 100 Points 4.) Firm's delivery of multiple projects within tight time schedules. 75 points 5.) Delivery of like services under previous IDIQ contracts. 50 Points Summarize, in narrative form, with supporting client references, how the A-E Firm meets the stated evaluation criteria, addressing the following specific items. (a) firm's track record in meeting the needs of at least three (3) previous clients, preferably, Governmental, Educational, or institutional, with regard to performance schedules and level of services required; (b) the firm's in-place Quality Control Plan established to guarantee development, review and delivery of acceptable products. Provide at least three (3) design projects, valued greater than $1,000,000 in construction cost in which programming or pre-design phase services were provided; (c) Identify at least three (3) projects explaining the degree of success, based on accuracy and completeness, in which pre-design study services were performed; (d) Address the firm's performance in providing programming and pre-design services under IDIQ contracts , Address the firm's performance in providing pre-design services for concurrent projects with tight schedules. NOTE: A minimum of three (3) acceptable projects are required to meet the standard. B. Experience in Providing Programming and Pre-Design Phase Services. (300 points) 1.) Experience in providing programming and pre-design phase A-E services. 150 Points 2.) Experience in implementing successful programming and pre-design services programs in large government and/or commercial organizations. 50 Points 3.) Experience in providing A-E design services for court facilities. 50 points 4.) Experience in performing multiple projects concurrently. 50 points. Summarize, in narrative form, how the firm meets the stated evaluation criteria addressing these specific items: The Firm's experience in (a) providing a variety of programming and pre-design phase A-E services during the project life cycle (b) implementing successful programming and pre-design phase A-E services programs in large organizations. (c) providing a variety of programming and pre-design phase A-E services for court facilities during the project's life-cycle. (d) performing multiple pre-design phase projects concurrently. NOTE: A minimum of three (3) acceptable projects are required to meet the standard of each stated criteria. Provide no more than three (3) examples of the studies referenced in the narrative. Finished documents, drafts, or excerpts and partial submissions exemplifying scope of the study are acceptable. Documents will be returned after selection process is completed. C. Qualifications and Experience of Key Personnel (225 points) For Stage I the key personnel to be evaluated will be the personnel required to perform the following functions: overall contract management, project coordination, individual project management, individual project preparation, project cost data preparation. The rest of the project team will be evaluated as part of Stage II. 1.) Qualifications and commitment of relevant key individuals in each functional area with the professional qualifications necessary for this contract, 125 Points 2.) Experience of the key personnel in providing a variety of programming and pre-design phase A-E services during the phases of a project life cycle. 100 Points Summarize the qualifications, professional designation, education, and other significant background information for the key members of the A-E team addressing these specific items (a) For all key personnel, identify the anticipated duties of the person as full-time or part-time, and identify the person as an employee of the A-E Firm or as an employee of a consulting firm. (b) Express, in narrative form, experience of the key personnel in providing a variety of programming and pre-design phase A-E services. Stage II: After the A-E Evaluation Board reviews the submittals, the Board will select a short list consisting of a minimum of three firms to compete in Stage II. GSA will request a submittal from the short-listed firms, as outlined below. Once announced, the short list will be published in the CBD. Short-listed firms will provide a more detailed qualification submittal. The entire project team, including the A-E Firm selected in Stage I and all the consultants who will work on the project will be evaluated. To encourage minority-owned, women-owned, and designated "8(a)" firms to participation, "short listed" SB firm(s) who submit a team including subcontractors that include other SB, SDB, 8(a), and woman-owned businesses will be awarded bonus points of up to 10% above their total raw score in Stage II of the evaluation. The A-E Firms will submit Standard Forms 254s for each firm that is part of the proposed team, and a SF 255 that reflects the entire project team composition. A Management Plan, including an organizational chart, demonstrating the team's capability to manage multiple projects in diverse parts of the Region will also be required. Qualifications and Experience of Key Personnel for evaluation of the additional members of the project team will be required. It is not necessary to re-submit information submitted in Stage I. The Stage II evaluation criteria in the order of importance will be A. Past Performance in providing Supplemental Design Services; B. Experience in Providing Supplemental Design Services; C. Qualifications and Experience of Key Personnel; D. Management Plan; and E. A-E Services, Facilities, and Resources. Time, at the discretion of the government, will be provided for the A-E Firm to establish their complete team of consultants. At a minimum, the project team will be required to demonstrate previous experience in, and understanding of, Federal building design including building types with complex programmatic requirements such as courthouses, and/or include consultants with experience in those areas. Emphasis will be placed upon A-E CADD capabilities, knowledge of local procedures and markets, staff size with the capabilities to handle multiple tasks within a short time period and consultant distribution where minimizing the number of firms would simplify the administration of contract. An interview with primary representatives of each project team will be included in this stage. The location of the interviews will be determined by GSA and included in the notification of the shortlisted firms.. When selected for an interview, the A-E Firm shall be prepared to discuss all aspects of the Evaluation Criteria indicated above and to demonstrate the ability to fulfill all contract requirements. 4. STAGE I SUBMISSION REQUIREMENTS: This procurement is only open to small businesses. Potential offerors meeting the geographic limitations, and having the qualifications and capabilities to perform the services described herein, are invited to respond by submitting three (3) copies of their Stage I proposal to the office and address listed below. All copies of the proposal must be received no later than 4:00 PM on Tuesday, November 14, 2000. All submittals must clearly indicate the solicitation number of GS-04P-00-EXD-0044 on the face of the envelope. Address submittals to: General Services Administration (4PCC), 401 W. Peachtree St. Suite 2500, Atlanta, GA 30308, Attn: Mr. Noel Walton. Any questions regarding this procurement may be directed to Noel Walton, the Contracting Officer at (404) 331-4635, FAX No. (404) 730-9643. A listing of the offerors selected in Stage I to be included on the Stage II "short list" will be announced in this publication shortly after a determination has been made. Award of these contracts are contingent upon funding approval. THIS IS NOT A REQUEST FOR PRICE PROPOSALS.
Record
Loren Data Corp. 20001019/CSOL004.HTM (W-291 SN5044U0)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on October 17, 2000 by Loren Data Corp. -- info@ld.com