United States - GSA ncr region 11 a/e idiq

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
02 April 2024
Opportunity publication date
08 March 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

View Changes This is a solicitation notice for acquisition using FAR parts 15 and 36. The Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice.
The General Services Administration (GSA), Public Buildings Service (PBS), Region 11, has identified a need for a Multiple Award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide the services for projects on or within federal properties and facilities, owned and/or leased, in the metropolitan area of Washington, DC (as defined: District of Columbia; , the Counties of Montgomery, Prince Georges, Howard,  and Anne Arundel in Maryland; the Cities of Alexandria, Falls Church, Fairfax, and Manassas, and the Counties of Arlington, Fairfax, Prince William and Loudoun in Virginia).
The Architecture and Engineering (AE) services will be led by either an architectural firm (a small business under
NAICS Code 541310 Architectural Services with a receipts size standard of $12,500,000) or an engineering firm (a small business under NAICS Code 541330 Engineering Services with a receipts size standard of $25,500,000).These services are for a variety of project types across a wide range of project budgets. Assembled teams should be well rounded and clearly identify relevant concentrated areas of expertise, The term of the IDIQ contract will be a one (1) year base with four (4) one-year options.
The scope of this proposed procurement includes the provision of the following services: 
A broad range of services potentially requested under this IDIQ contract may include but are not limited to the following:
●      Feasibility, pre-design, and project development studies
●      Field investigation / Existing Condition surveys
●      Concept design, Design development and Construction document development (both engineering and architectural)
●      Constructability review and evaluation
●      Construction Administration Services (internally referred to as Post Construction Contract Services and Management and Inspection Services)
●      Mechanical, Electrical, and Plumbing system assessments and design
●      Record and close-out documents
●      Façade evaluation and remediation design
●      Structural evaluation and design
●      Historic building assessment, materials review, and repair solution/ remediation
●      Building condition survey evaluation reports (exterior and interior)
●      Fire Protection and Life Safety evaluation and design                
●      Temperature control assessment and design
●      Report writing
●      BAS system assessment and integration
●      Building and system commissioning 
●      Forensic Analysis
●      Low-voltage (Communication, A/V, lighting control) design.
Architectural and engineering disciplines and other specialized expertise that may be required to accomplish the scopes of the task orders include but are not limited to:
●      Architecture
●      Mechanical Engineering
●      Electrical Engineering
●      Structural & Civil Engineering
●      Plumbing
●      Fire Protection
●      Life Safety
●      Physical Security & Access Control
●      Seismic Design
●      Blast Analysis and Design
●      Vertical Transportation
●      Historic Preservation
●      Cost Estimating
●      Scheduling
●      Sustainability Services
●      Building Information Modeling
●      Code Compliance
●      Environmental Services
This proposed procurement is anticipated to be set aside for small businesses under FAR 19.502-2. The minimum guarantee for this contract is $2,000 for the base year only. The A/E IDIQ Multiple Award Task Order Contract with a capacity of $25M and duration of five (5). Any single task order could be awarded up to $5M. The Minimum Ordering limit for Task Orders will be $2,000.00. Any combination of Task Orders will not exceed $5,000,000.00 per year This IDIQ will follow the Brooks Act Per FAR Part 36- Construction and Architect-Engineer Contracts.

TYPE OF CONTRACT

The intention of this solicitation is to award up to eight firms for this Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The highest technically qualified contractors will be successful per the requirements established in the Brooks Act (FAR Part 36). The duration of the base period will be one year. The contract will include a clause for four (4) option years, each of which would extend the contract for an additional one year period. The Government reserves the right to choose whether or not it will exercise an option year. The Maximum Order Limitation is $5,000,000 per year per contractor. The minimum guarantee for this contract is $2,000 for the base year only. This IDIQ will follow the Brooks Act Per FAR Part 36- Construction and Architect-Engineer Contracts. Selected firms must negotiate overhead, profit and hourly rates for major anticipated disciplines to be used in negotiating fixed price task orders in Stage II as described below.
Each firm/team must have an existing active production office within or near the geographic region previously defined as Metropolitan area of Washington, DC so as to minimize direct travel cost on task orders. Joint ventures or firm/consultant arrangements will be considered.

DEFINITIONS

For this Solicitation Architect Engineer Firms are defined as:

An individual, firm, partnership, corporation, association, or other legal entity permitted by law to practice the profession of architecture or engineering that will have contractual responsibility for the project design. The lead designer is the individual or the team of designers who will have primary responsibility to develop the concept and the project design.

SELECTION PROCESS

A two-stage Quality Based Selection (QBS) process will be used to choose AE Firms. The A/E selection will be completed in two stages known as STAGE I and STAGE II. Firms will be evaluated in accordance with FAR 36.602-2 and GSAM 536.602-1.

STAGE I (DEVELOPMENT OF A SHORT LIST)

Interested firms will submit the following:

1) A cover letter referencing the Sam.gov announcement briefly describing the firm and its location, organizational makeup, and noteworthy accomplishments.
2) Part I of the Standard Form 330-Architect Engineer Qualifications.
3) Prepare Part II General Qualifications for each firm that will be part of the team proposed submitted with Part I. If a firm h as branch offices, submit a separate Part II for each branch office that has a key role on the team. A Source Selection Evaluation Board (SSEB) will review each team’s qualifications and establish a shortlist of firms. The qualifications of each firm will be evaluated in accordance with the evaluation factors listed in the attachment titled ‘Evaluation Factors.’ Each board member will prepare their individual position on each firm's proposal. After individual positions are complete; the board under the leadership of the Board Chairperson, will meet and generate a consensus on the shortlist. The board will generate a report ranking each firm the most highly qualified firms. Up to 12 firms may be shortlisted. Firms on the shortlist will proceed to STAGE II.
STAGE II (INTERVIEWS WITH SHORT LISTED FIRMS)
In the second stage, the shortlist firms from STAGE I will be interviewed by the evaluation board on their Stage I submittals. Each interview will be conducted virtually. The selected firms will provide a 30 minute presentation where they speak to and highlight their strengths in relation to the evaluation factors for Stage I, and the scope of services required under this contract. There will then be a 20 minute Q&A session where The SSEB will ask each firm questions board members have. At the conclusion of the interview, an evaluation will be performed by the board. The subject matter of the interviews shall mirror that of the Stage I evaluations and will be rated on the same factors. Following the interviews the SSEB will provide a recommendation for Negotiations and Award. The board shall document the results of Stage I and Stage II in a report which shall be provided to the Source Selection Authority. The report shall list the firms from most highly qualified to least qualified. The recommended/shortlisted firms will then submit their proposed labor rates, rates will be audited by the GSA. Negotiations may be opened to adjust the rates so that they are in line with internal audits. Should an agreement not be reached by the Government and the contractor, the Contracting Officer will issue a letter informing the contractor that they are no longer being considered for award, and will proceed to form a contract with the next highest ranked firm on the SSEB’s report.
Proposal Instructions
Interested firms having the qualifications to meet the requirements above are invited to submit a portfolio including:
1) A 1-2 page cover letter referencing the Sam.gov announcement briefly describing the firm and its location, organizational makeup, and noteworthy accomplishments.
2) Part I of the Standard Form 330-Architect Engineer Qualifications.
3) Prepare Part II General Qualifications for each firm that will be part of the team proposed submitted with Part I. If a firm has branch offices, submit a separate Part II for each branch office that has a key role on the team.
Formatting Requirements & Limitations on Submitted Materials
All qualifications must be submitted electronically to the Contracting Officer at Robert.N.Jackson@gsa.gov; faxed and mailed proposals are not acceptable. The maximum size capacity for electronic transmissions to GSA is 25 mb. Therefore, all submittal information for each email must be within the 25 mb limitation. Offerors may break proposal materials into separate emails to avoid exceeding the limitation. When separating materials into separate emails please ensure that the email’s subject line states how many emails are to be expected. The subject line must also contain the solicitation number and firm name.
For example:
Subject Line:“ 47PPM021R0071 Firm Name Proposal 1 of 5”.
The body of the submission email must include the following information:
“Firm Name
Address
CAGE Code
UEI
Small Business Socio-Economic Representations: (i.e. Woman-Owned, HUBZone, 8(a), Service Disable Veteran Owned Small Business, etc.)
Primary Points of Contact for This Solicitation
Jane Doe
janedoe@email.com
Telephone”
All proposals should be in a .pdf format and be in an 8.5” x 11” or 11”x17”. 8.5x11 may be used for other documents (i.e. resumes and cover letters) in a similar fashion. A maximum page size of 11x17 may be used for presentation material (i.e. work examples to illustrate past performance).
The PDFs should be original documents, and should not be scanned, faxed, or photocopied versions of a document. All references to pages mean single-sided pages. Font should be no smaller than 10pt Arial font or it’s equivalent. THE GOVERNMENTS EVALUATION SHALL NOT CONSIDER ANY INFORMATION ON PAGES EXCEEDING THESE STATED LIMITATIONS OR ANY PAGES EXCEEDING THE NUMBER LIMITATIONS STATED HEREIN.
Standard form 330 Supplemental Information/Instructions
Section C: may be modified to provide more than six proposed team members. Please prioritize team members and use the initial six slots for those that are most important to creating the best team to meet the evaluation factors and demonstrate your concentrated areas of expertise. It is recommended that firms responsible for the majority of the work submitted in section F be included.
Section D: include an organizational chart of the proposed team and follow the directions in the SF330.
Section E: Do not provide more than 8 key personnel. You will have to prioritize and provide those that best represent your ability to accomplish the requirements of this contract. CEOs and other 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 Lead Architectural/Engineering Designer and the Primary Point of Contact that would be responsible for managing this contract and assignment task orders. It is highly recommended that the Key Personnel directly responsible for work submitted in section F should also be included. Resumes should be no longer than 2 pages.
Section F: Form may be modified by contractors. Teams shall compile at least 5 but no more than 9 total example projects illustrating repair and alterations at a minimum of $2,000,000.00 dollar range. Teams must be able to provide services ranging from pre-design studies through post occupancy. Key personnel shall submit resumes (2-page In Process maximum) highlighting their credentials, briefly describe their proposed area of responsibility on task orders, and list relevant project experience in new construction, historical buildings and Repair and Alterations Projects (including Substantial Completion date) in new and historic properties. Key Personnel are expected to be involved in the task orders in an active role leading the task orders. Standard Form 330 (SF 330) shall be submitted to highlight key personnel, their proposed roles in the Contract, the sample projects from their resumes in this capacity, and any overlap between key personnel. Sample projects in the Matrix shall be designed within the past seven years (2016-2023) and construction substantially complete. Key personnel will be licensed professional architects and engineers in our National Capital Region, to include the District of Columbia, Virginia, and Maryland. Do not provide more than ten 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 For each example project, please provide a verified reference including the name, email, and telephone. Each reference will be required to complete the attached Past Performance Questionnaire(PPQ)form and send it directly to the Contracting Officer. Forms not received directly from the reference will not be considered and will be rated as neutral. Firms will not be allowed to submit additional references or example projects after the closing date of this solicitation.
Section G: Key personnel mentioned should be performing the exact same role on this contract, if they will be performing a different role please follow their name with “ ** “.
Section H: Teams shall provide a written statement approximately 3-5 pages in length describing the team’s structure, including the team’s design and management philosophy, summary of the internal and external communication plans, style & methods, highlighting the team’s quality controls, and demonstrating the approach for resolving unforeseen conditions; often evident in Repair and Alterations projects.
A Q&A will be held on Feberuary 8th VIA Google from 2pm-3pm. NCR A/E IDIQ Q&A
Thursday, February 8 · 2:00 – 3:00pm
Time zone: America/New_York
Google Meet joining info
Video call link: https://meet.google.com/dru-bftd-sfn
Or dial: ‪(US) +1 620-712-2508‬ PIN: ‪625 064 361‬#
More phone numbers: https://tel.meet/dru-bftd-sfn?pin=2564067024563
                                                 RFI  CUT OFF DATE IS  2/15/24 at 10AM
                                             RFQ DUE DATE IS EXTENDED TO 04/02/24 AT 11AM

Opportunity closing date
02 April 2024
Value of contract
to be confirmed

About the buyer

Address
PBS R11 CONSTRUCTION SERVICES DIVSION CENTER 1 UNITED STATES
Contact
nicole.dent@gsa.gov

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?