loading
  • US-76102 Texas
  • 11.12.2017
  • Ausschreibung
  • (ID 2-284770)

United States - Architect Engineer Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 11.12.2017 Bewerbungsschluss
    Verfahren Außereuropäische Verfahren
    Gebäudetyp Feuerwehr, Polizei, Vollzug
    Art der Leistung Objektplanung Gebäude / Objektplanung Innenräume / Kostenmanagement / Projektsteuerung / Technische Ausrüstung
    Aufgabe
    Combined Synopsis/Solicitation:IDIQ for Supplemental Architect Engineer ServicesArchiving Policy: Manual ArchiveClassification Code:
    C architect and engineering servicesNAICS Code:
    Professional, Scientific, And technical services/ architectural servicesResponse Date: Dec 11, 2017 3:00 pm Central
    Informationen

    Organisation
    GENERAL SERVICES ADMINISTRATION

    ClientAddress
    819 Taylor St.
    Rm. 12B01fort Worth
    Texas 76102
    Primary Point Of Contact:
    Jennifer R Majdeski
    Tel: +1-8178508174
    Email_id: MTVlYGlpZGFgbSloXGVfYG5mZDtiblwpYmpx

    Tender Notice No:47PH0818R0002
    Deadline:11-Dec-2017

    Adresse des Bauherren US-76102 Texas

  • Anzeigentext Ausschreibung

    maximieren

    • IDIQ for Supplemental Architect Engineer Services for the DFW Area

      Solicitation Number: 47PH0818R0002
      Agency: General Services Administration
      Office: Public Buildings Service (PBS)
      Location: R7 Acquisition Management Program Support Branch (47PH08)

      Notice Details
      Packages
      Interested Vendors List

      Opportunity History

      Original Synopsis
      Nov 09, 2017
      10:05 am

      Solicitation Number:
      47PH0818R0002
      Notice Type:
      Combined Synopsis/Solicitation
      Synopsis:
      Added: Nov 09, 2017 10:05 am
        General Information
                  

                  Document Type:         Presolicitation

       

                  Solicitation Number:  47PH0818R0002

       

                  Posted Date:               November 9, 2017

       

                  Response Date:           December 11, 2017

       

                  Archive Date:              N/A

       

                  Classification Code:    C-Architect and Engineering (A-E) Services

       

                  Title:                            Indefinite Delivery Indefinite Quantity Contract (IDIQ) for                                                                        Supplemental Architect/Engineer Services for the DFW Area

       

       

       

      Description 

       

      1.  CONTRACT INFORMATION: 

       

      a. General. The General Services Administration (GSA) is soliciting Architectural and Engineering (A-E) services for the DFW Area of Texas.  This acquisition is being procured in accordance with Public Law (PL) 92-582, formally known as the Brooks Act as implemented in the Federal Acquisition Regulation (FAR) Subpart 36.6. The firm selected for negotiation will be based on demonstrated competence and qualifications for the required work.  This procurement is unrestricted. 

       

      Two-tier evaluation process is applicable for this solicitation.  Proposals received from small businesses will be evaluated first to determine whether there are at least three small businesses capable of performing the requirement.  If the evaluation board concludes that there are less than three (3) technically acceptable proposals from small businesses, then the board will evaluate all the proposals received. 

       

      This announcement is open to all businesses regardless of size as stated above. If a large business is selected for this proposed contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. The current subcontracting goals are as follows: Small Business 29%, Small Disadvantaged Business 5%, Woman Owned Small Business 5%, HUB Zone Small Business 3%, Veteran Owned Small Business 3%, and Service Disabled Veteran Owned Small Business 3%. The subcontracting plan is not required with this submittal.

       

      The North American Industrial Classification System Code (NAICS) applicable to this project is 541310, Architectural Services, which has a size standard of $7.5 million in average annual receipts. GSA proposes to award one indefinite delivery, indefinite quantity (IDIQ) contract for supplemental AE services for the DFW Area of Texas, which currently includes, but is not limited to, the cities of Fort Worth and Dallas and the area bordered by the counties of Motley, Cottle, Hardeman, Wilbarger, Archer, Clay, Montague, Cooke, Grayson, Fannin, Lamar, Red River, Bowie, Cass, Marion, Upshur, Wood, Van Zandt, Dallas, Tarrant, Johnson, Denton, Collin, Ellis, Henderson, Freestone, Limestone, Hill, Bosque, Hamilton, Comanche, Brown, Coleman, Taylor, Nolan, Mitchell, Scurry, Ken and Dickens.  Thesecondary contract areas will be the rest of Texas and the States of New Mexico, Arkansas, Oklahoma and Louisiana. 

       

      This IDIQ contract will be negotiated and awarded for one (1) one-year base period and four (4) one-year option periods.  The minimum guaranteed contract amount is $1,000 for the base year only.  There is no limit on the number of task orders or the size of a project; however, the total cumulative task orders amount shall not exceed $10 million for the entire five year contract period. 

       

      b. Contract Award Procedure:  To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database.  Register via the SAM Internet site at http://www.sam.gov.  The Government will not indemnify the firm against liability involving asbestos or other hazardous materials, that is, no clause holding the firm harmless will be included in the contract. A Firm-Fixed-Price (FFP) IDIQ contract will result from this solicitation, including profit, overhead and hourly rates for anticipated disciplines and for use in negotiating FFP task orders. Missing even one (1) required element will be grounds to determine the firm as non-responsive and be eliminated from further consideration.  A supplemental architect-engineer Lookup Table for pricing task orders for projects with an estimated construction cost of up to $2 million will be included in the contract. The Government will use the fixed price amount in the Lookup Table which will be a function of project size, type, and complexity. The Lookup Table will be provided to the A-E during initial contract negotiations.   

       

      c. Nature of Work:  The services necessary for each requirement will be negotiated and awarded as individual task orders.  The A-E shall furnish all services, materials, supplies and supervision required to fully complete each task order. 

       

      d. Pre-Proposal Conference:  A pre-proposal conference for this synopsis will be held on November 20, 2017 from 2:00 PM -3:00 PM Central Standard Time at the following call in number 866-564-9718 and the passcode is 1817722  The purpose of the conference is to explain the requirements and answer questions from potential Offerors. 

       

      2.  PROJECT INFORMATION:  The A-E firm selected shall primarily provide design and estimating services for repair, replace and alteration projects in Federal Office Buildings, Federal Courthouses and Land Ports of Entry.  "Design" primarily includes site observations, design in phases, construction documents, design clarifications and record drawings.  "Estimating" primarily includes budget estimates, market analysis, detailed construction estimating in phases and bid technical analysis.  Estimates are required to be within 5% +/- and must have shell and tenant improvement breakdowns.  More than 50% of GSA owned buildings qualify for historic designation.  Construction cost on the majority of these projects is less than Prospectus level (currently $3.095 million).  Disciplines required in task orders will primarily be architectural, mechanical, electrical, fire/life safety, estimating specialist and sometimes structural.  While these building types, tasks, disciplines and expertise are needed for a significant percentage of orders, other building types, tasks, disciplines and expertise will be required.  Therefore, adaptability should be demonstrated. 

       

      Other tasks and related disciplines examples include pre-planning services, design programming, optimizing design selections (considering different performance and building characteristics, and life cycle cost impacts), Feasibility Studies (preliminary planning project alternative assessments).  Cost Management Services including preparation of budget, cost modeling, performing market research, economic studies, multiple-stage estimating with specific breakout totals, complex budgetary control with oversight management and analysis.  Construction Management and Inspection which is construction observation within the context of Federal Government supervision, advanced quality control monitoring with related testing and multi-phased turnover services.  Commissioning and start-up planning, including forecasting start-up duration, estimating start-up costs, determining start-up objectives, and organizing start-up teams and team assignments, developing technical services requirements for performance standards and goals, start-up with calibration, quality assurance and quality control to manage a project's functional expectations of features and systems that contributes to the overall building performance goals.  Obtaining O&M material, plus scheduling and/or supervising O&M training.  Providing occupancy planning including development of move schedules, inventory lists and move coordination.  Post Construction Services, such as performing one-year post-occupancy reporting analysis, facilities performance evaluations, technology application assessments, post occupancy evaluations, post-occupancy systems management with diagnostics and assisting GSA in the formulation of lessons learned.  Diagnostics expertise required for problem identification and resolution including thermography, equipment load measurements, acoustic performance, lighting quality, moisture content in material, air/water conditions, and contaminant level measurements, nominal destructive investigation or construction for building systems, subsystems, components, equipment, and materials addressing such critical features as building walls/glazing, roofing, HVAC equipment, plumbing, electrical systems, building automation/controls, security systems, fire suppression, alarm, communication systems, and vertical transportation. Many other services are included such as civil design, energy conservation audits, risk assessments, blast resistance studies, progressive collapse assessments, seismic safety studies, high-wind resistance design, physical security design, sustainability and a lot more. 

       

      3.  SELECTION CRITERIA:  Selection Criteria for this acquisition are listed below in descending order of importance. 

       

      (a) Quality In Design:  All designs are required to achieve excellence in aesthetics and technical design.  Information requested for placement in the SF 330, Section H, including the Portfolios and Design Approach Statements, will be evaluated for outstanding talent in both architecture and engineering.  Design solutions will be evaluated for above standard talent, application, execution and performance.  Design Approach Statements will be evaluated for the lead designers' commitment to excellence in their profession and the demonstrated application for excellence in their designs.  Evaluation will also consider business philosophy, customer service philosophy and level of care.   

       

      Exceptional designs will receive higher ranking in the respective ranking categories over firms with modest designs.  Expertise with issues such as energy conservation, energy modeling, life cycle cost analysis, sustainability, alternative energy application and related items will receive a higher ranking over firms demonstrating general design experience only.  Measured, quantified and verifiable documentation of "before and after" performance of systems will receive a higher ranking in the respective ranking categories over firms espousing adherence to excellence. 

       

      Expertise with complex customers such as the U.S. Customs and Border Protection, Courts and U. S. Marshals will receive a higher ranking in the respective ranking categories over firms demonstrating simple experience with moderately complex customers.  Consideration will be given for design awards in both architecture and engineering disciplines based on type and relative application. 

       

      (b) Experience, Performance, Technical Ability and Professional Acumen: Proposals will be evaluated on the team's demonstrated experience, performance, technical abilities, application of standard of care and exceptional care. Key personnel of the team who will be directly involved in providing the contract services will be evaluated on education, project experience, ability to work in team effectively, technical ability and other relevant qualifications that will provide the best opportunity for the successful completion of task orders under this contract. Additionally, proposals will be evaluated on how the proposed team will provide exceptional care with such concepts as unique insight, superior judgment, strategic management, incorporated risk analysis, pragmatic designs, optimal design selections or other expertise. Furthermore, past performance/experience will be evaluated on successful past performance based on example projects from the owner, and/or peer and teammate point of view. The Government may also use corporate knowledge when evaluating this factor. There will be an evaluation of the team's ability to bring projects in on contract required budgets +/- 5% and tracking/controlling costs. 

       

      (c) Management, Organization, Production and Quality Control: Evaluation will be made on the management of the professionals, projects, and products; the quality of construction documents, and quality of the effort. Proposals will be evaluated on how teams are organized, effectiveness of the organization, how well the teams works together, how they will maintain good working relationships; that roles, responsibilities and authorities are clearly established; how the teams can be proactive or responsive to emerging situations, conducting situation evaluations and make midcourse corrections.  Evaluation will be on communication, is there a plan and commitment to timely communications; are communications defined, clear, and efficient and demonstrate how stakeholders are included.  Proposals will be evaluated on demonstrated ability to execute constructible and biddable construction documents on high quality design while meeting schedules; providing well-coordinated drawings within each discipline, across disciplines, with specifications and shows a clear understanding of how the team uses specifications in controlling construction cost.  Consideration will be given for handling, overseeing, scheduling and staffing projects with the inconsistent and unpredictable issuance of task orders; how small projects repair, replacement and alteration work will effect attention given to projects; is there a strategy for designing and producing all work within the negotiated fee and is there a quality assurance approach in meeting the requirements of the Statement of Work. 

       

      (d) Construction Management and Inspection Capability: Proposals will be evaluated on experience and capability of the firm and consultants with respect to complete construction management as agent, construction observation and Management and Inspection services for projects during the construction phase of the described projects. There will be an evaluation of the proposed quality control during construction, communications, structure of service, experience of those involved, how effort is processed and managed, how costs are controlled and on a clear understanding of how the team uses specifications to assist in management during construction. 

       

      (e) Location in and Knowledge of Geographical Area:  The evaluation will consider the team's ability to accomplish at least 35 percent of the required A/E services by a firm located within the geographical delineated area.  The evaluation will also consider knowledge of local conditions within the geographical area including tactical, operational, strategic issues for all areas of construction related to the key disciplines as well as design and bidding. This will include everything from supply, labor force, weather and seismic conditions, to the local construction climate's impact on cost estimating.  There will also be consideration given to how key team members can conduct pre-design site review of the proposed work without incurring extra cost to the government for travel. 

       

      4. SUBMITTAL REQUIREMENTS 

       

      Once the proposal is submitted, and prior to award, any replacements or substitutions of any personnel or consultants may deem your proposal unacceptable. It is critical to propose personnel that have a high level of certainty that they will be available to perform the duties under this contract for the duration of the contract. Any and all changes made after the initial submission of your technical proposal will be re-evaluated for technical sufficiency and may negatively affect the order of your technical rating as initially established. 

       

      Interested firms having the qualifications to meet these requirements are invited to submit their proposal using Standard Form 330 along with a letter of interest.  Please be specific, provide pertinent and requested information. Vague, relative and general information will be discounted.  Projects completed five (5) years before the issuance of this solicitation will not be considered.  Only the top rated firms will be recommended for interview by the screening board, based solely on their written response to this announcement and reference contacts.  Include a Part II (General Qualification) for each firm that is part of the proposed team.  While selection will be based on best technically qualified for small repair, replacement, and alteration work; examples may include new, large or highly complex projects. 

       

      SF-330, Section C: Section C may be modified to provide more than six consultants.  However, prioritize the consultants and use the first slots for those that are most important to creating the best well rounded team or demonstrate your concentrated areas of expertise.  It is recommended that this information be included in Section F as well. 

       

      SF-330, Section D:  Include an organization chart of the team.  Enclose Section D within the required Section H Communication Plan. 

       

      SF-330, Section E, "Resumes of Key Personnel Proposed for This Contract", Item 13, "Role in This Contract".  Only a few individuals in the lead firm and prime consultants will work with the GSA team members on a regular basis.  GSA considers these individuals as the "Key Personnel".  Those individuals should be prioritized and placed in the first few pages of Section E with their roles clearly noted in Item 13.  Therefore, if the Project Manager is integrally involved in the task orders he/she might be written in this box as "KEY: PM, lead for all task orders"; or if multiple duty "KEY: PM, In House Hist. Pres., Constructability QA".  CEOs and other executive personnel should not be submitted as "KEY" unless they have direct responsibility for accomplishing the task orders.  Important team members or consultants that would have a primary but not regular role can be placed after the initial "KEY" designation.  Therefore box 13 could have the designation "Primary Spec Writer and Constructability Coordinator", or "Historic Preservationist Specialist", or "Prime: Civil Engineer" or other important team designation.  It is required that you include the Lead Architectural Designer, Lead Engineering Designer and the Primary Point of Contact that would be responsible for managing this contract and assigning task orders in Section E.  It is recommended that personnel directly responsible for work submitted in Section F should also be included in Section E. 

       

      SF330, Section F: Form may not be modified.  As stated in the SF330 provide example projects which best illustrate proposed team's qualifications for this contract and provide a brief description of the project and relevance to this contract.  Projects should demonstrate ability to successfully accomplish a wide range of project types, sizes and budgets.  At least six (6) out of the ten (10) projects must have construction completed. Three (3) out of the ten (10) must be directly attributable to the Lead Designer.  It is important to carefully match example project titles used in different areas of the proposal for clarity.  This is particularly true of example projects used in Section F and Section H. 

       

      SF330, Section H: Quality in Design:  Submit a portfolio representative of the lead architectural designer's ability to provide high quality in design (not to exceed 5 projects) and include a design approach statement (not to exceed 2 pages).  Each example project should include no more than 3 single sided pages. Photographs, sketches and drawings are welcome. HVAC Mechanical engineering is considered the primary discipline regarding high quality engineering design for this contract.  Submit a portfolio representative of the lead mechanical designer's abilities to provide high quality in design (not to exceed 3 projects) and include a design approach statement (not to exceed 1 page).  Each example project should include no more than 2 single sided pages and should include project challenges, application of design intent, objective details, performance outcomes, other pertinent facts including verifiable information and other information that can substantiate application. Forensic analyses projects are welcome and can be a separate category. Consideration will be giving for facts, metrics, before and after performance data and measurable energy savings. Other disciplines that are exceptional should follow the ME's write up. 

       

      Include a Management Plan (not to exceed 3 pages) with a clear plan of the team's overall management philosophy that includes; project assignment methodology and approach; a plan on management of small projects repair, replacement and alteration work; a plan for designing and producing all work within the negotiated fee; a plan on designing projects that will meet the Government's limited construction budgets; and a plan for scheduling that includes a subheading on managing and scheduling projects with the Government's unpredictable issuance of task orders in terms of number, importance and urgency.  The Management Plan shall include a proactive plan to meet FAR 36.203(a) and bringing projects in on contract required tolerance of +/- 5%. Consideration will be given for a plan or demonstrated method to lower construction costs using specifications.

       

      Provide a Communication Plan clearly articulating the strategy and overall approach to communication.  Include goals, roles, responsibilities and technology. Provide plan on how the team will be proactive on evaluations [in-house and other], being responsive to an issue, midcourse corrections, emerging situations and any additional information. A firm's formal Communication Plan may be included as an exhibit. Include a plan or exhibit for communicating with GSA on the base contract and for the typical design phase task order. Consideration will be given for including a simplified construction phase communications plan. Consideration will be given for communicating base contract information, tasks orders information, P100 and other guides to more junior staff. 

       

      Past Performance Documentation (for each sample project submitted in Section F):  Provide copies of any performance evaluations or owner review of firm's performance;  Provide an owner point of contact including name, title, address and current phone number, as references will be contacted; Provide copies (or listing) of awards; Provide copies of letters of appreciation and commendations. Teams must be able to demonstrate successful past performance on example projects from the owner, and/or; peer and teammate point of view. 

       

      NOTE: SF 330, Part 1, Section E, "Resumes of Key Personnel Proposed for This Contract", Item 13, "Role in This Contract". In addition to the role in this contract, employees should be clearly identified as to whether they are direct or contract employees of the firm they are proposed under. 

       

      All responsible Architectural or Engineering firms wishing to be considered must submit  electronic copies of completed Standard Form (SF) 330 and other pertinent information (see FAR 53.236-2(b)). Your electronic copies can be submitted as a jump drive or via email.  It is the submitting firm's responsibly to verify that the data is recorded on the electronic device or received via email. All proposals must be received NLT 3:00 PM Central Standard Time on Monday, December 11, 2017. No fax or paper documents will be accepted. Proposals must be addressed to the primary contract specialist.  LATE PROPOSALS WILL NOT BE ACCEPTED. 

       

      Jennifer Majdeski (cube 12B-385)
      819 Taylor Street 12B1
      Fort Worth, TX 76102-6114
      MTdDXmdnYl9eaydmWmNdXmxkYjlgbFonYGhv

       

       

      Contracting Office Address:
      819 Taylor St., Rm. 12B01
      Fort Worth, Texas 76102 
      United States 
      Primary Point of Contact.:
      Jennifer R Majdeski
      MjE0XFdgYFtYV2QgX1NcVldlXVsyWWVTIFlhaA==
      Phone: 8178508174

      General Information

      Notice Type:
      Combined Synopsis/Solicitation
      Posted Date:
      November 9, 2017
      Response Date:
      Dec 11, 2017 3:00 pm Central
      Archiving Policy:
      Manual Archive
      Archive Date:
      -
      Original Set Aside:
      N/A
      Set Aside:
      N/A
      Classification Code:
      C -- Architect and engineering services
      NAICS Code:
      541 -- Professional, Scientific, and Technical Services/541310 -- Architectural Services

      Federal Service Desk (FAQ related to Procurement of United States)

      For Help: Federal Service Desk
      Accessibility

  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 23.11.2017
Zuletzt aktualisiert 23.11.2017
Wettbewerbs-ID 2-284770 Status Kostenpflichtig
Seitenaufrufe 63