The RFP Database
New business relationships start here

IDIQ ARCHITECT/ENGINEERING SERVICES FOR NORTH AND SOUTH CAROLINA


Georgia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Solicitation NO. GS-04-P-17-CX-D-0001

IDIQ Architect – Engineering Services – North and South Carolina

 

The U.S. General Services Administration (GSA) Southeast Sunbelt Region announces an opportunity for design excellence in architecture, engineering and allied building design professions.  Highly qualified firms who are committed to design excellence, client service, collaboration and sustainable design are invited to compete as prime design professional or as a sub-contractor/consultant to a prime design professional on one or more of the “short-listed” teams.  Brooks Act “qualifications-based” procedures and FAR Part 36 will be used in these contract procurements. 

GSA intends to award a total of one (1) Indefinite Delivery/Indefinite Quantity (IDIQ) Architect-Engineer (A-E) contract for use in issuing subsequent contract delivery orders for projects located in the states of North and South Carolina.  The procurement is set-aside for HubZones; Veteran-Owned Small Businesses; Service-Disabled Veteran-Owned Small Businesses and Women-Owned Small Businesses.  The North American Industry classification system (NAICS) code/size standard for this procurement is 54131.  The size standard is $7.5 million.

The prime contract A-E firm must have an active production office located within the geographic area in which it seeks contract award at least 90 days prior to the date of this notice and be a fully licensed business entity in the states in the geographic area.  “A-E Firm” is defined as the legal entity having prime contractual responsibility to GSA for delivery of services.  The firm must satisfy this geographic area requirement for a production office in order to qualify for consideration if the A-E Firm is a partnership, association, joint venture or other legal entity comprise or more than one firm.  “Active production office” is defined as “an office where A-E services are routinely and regularly provided – not a marketing or construction site office.”

In developing the complete team of consultants required for this solicitation, those offerors selected for the short list are advised that the structural, mechanical, electrical, engineers must also be located within the states of North and South Carolina.

The contract will consist of a one (1) year base contract period and four (4) consecutive one-year contract renewal option periods.  Each of the one year options may be unilaterally exercised by GSA.  A guaranteed minimum fee of $1,000 shall apply to the base contract year.  There is no guaranteed minimum fee for contract option years.  The maximum total annual fee from all delivery orders issued under the contract shall not exceed $2 million per performance period.

Projects designed under delivery orders to the IDIQ contract will typically have a construction cost below the Prospectus limitation (currently $2.8 million).  GSA’s program objectives for this contract is to:  1) provide A-E services for repair and alteration (R&A) projects in the states of North and South Carolina; 2) supplement GSA’s in-house technical staff by using the contract  A-E as an extension of GSA’s staff: and 3) provide GSA access to expert consulting services for a variety of tasks and building projects.  Projects will be designed and constructed in the International System of Units (SI or 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.

Under this contract the Architect/Engineer (A-E) will be required to provide services from one or more specific disciplines (i.e., architectural, structural, civil, mechanical, and electrical, life safety/fire-protection, cost-estimating hazardous-material abatement, etc.) as required for projects being developed by GSA.  The services are related to design and construction projects in the state(s) of North and South Carolina.

The services to be provided may be a programming/planning and/or design (in whole or part) of a new or renovation/alteration construction project; or may be studies, and/or analysis of specific building’s systems and/or components.  The A-E may be required to provide services equivalent to commercial real estate services regarding market trend analysis, profitability, and economic analysis and construction administration & construction management services.

Other services and deliverables which may be contracted for using these contracts include the preparation of feasibility studies, program development studies (PDS), design programs, planning studies, building evaluation reports (BERs), bidding/construction contract documents, cost estimates, reals estate market trend analysis, and real estate economic analysis.

The A-E Firm shall include on its team the following design disciplines: architecture, planning, structural engineering, civil engineering, geotechnical engineering, mechanical engineering, electrical engineering, acoustical, landscape architecture, interior design, cost estimating, lighting, elevator, audio-visual, security, life safety and fire protection, courts design, historic preservation, and hazardous-material abatement.  The A-E shall also include on its team, real estate advisory professionals with capabilities in real estate marketing and financial analysis.

SELECTION PROCESS

The selection process for the A-E IDIQ solicitation will be in accordance with the GSA Design Excellence Policies and Procedures handbook.  The selection of the A-E IDIQ contract will be made using a two stage process as follows:

Stage I – the technical qualification and experience of proposed A-E firms will be evaluated.  A “short-list” will be established of the A-E Firms determined to be most highly technically qualified.  The short-listed A-E Firms will be invited to continue with Stage II of the selection process.

Stage II – the technical qualifications and experience of the “short-listed” A-E Firms and their complete team of engineers and consultants will be evaluated from technical proposals and oral presentations.  The short-listed A-E Firms will be ranked in order of preference and the highest ranked firms will be selected.

STAGE I SUBMISSION REQUIREMENT

A-E Firms that fully meet the requirements described in this notice are invited to submit a Letter of Interest, a completed SF330 Part II for the A-E Firm only, and responses to the submission requirements and evaluation criteria listed below.

Identification of engineers, except for lead engineer, and consultants should not be included in Stage I of the process.  Briefly describe in the Letter, the firm and its location, noteworthy accomplishments, and the proposed working and legal relationship between its components if the A-E Firm is a Partnership, Corporation, Association, Joint Venture, or other legal entity.

All documentation shall be in an 8 ½ x 11 format.  The assembled content for the Stage I submission should be no more than ¼ inch thick.  Proposals shall be spiral bound or bound in a three ring binder, assembled in a manner that corresponds to the four Evaluation Criteria listed below.  Submissions received via facsimile will NOT be accepted.  Proposals should be no more than a total of 50 pages.

In support of the sustainable practices of resource conservation and material recycling, submission should be concise, make wise use of recycled/recyclable paper and other materials, and be organized in such a manner that the recyclable materials can be easily removed after use.  Printed /copied double-sided documents should be submitted to the extent possible.

STAGE I – EVALUATION CRITERIA

The Evaluation Criteria and associated relative “weight” for each criteria element is as follows:

1.      A-E Firm’s Design Portfolio (35%)

2.      A-E Firm’s Past Performance in Providing A-E Services (35%)

3.      A-E Firm’s Specialized Experience (15%)

4.      Qualifications and Experience of Key Personnel (15%)

The four Evaluation Criteria and submission requirements for each are further described below:

1.      A-E Firm’s Design Portfolio (35%)

This evaluation criteria is intended to demonstrate the full range of the A-E Firm’s architectural design excellence capability.

 

Submit:

1)      a narrative describing the firm’s design philosophy and practical approach to delivering Design Excellence to its clients in a consistent manner; and

2)      a portfolio of not more than five projects: all completed in the last ten years illustrating comparable services and types of projects contemplated for this IDIQ contract.

The portfolio for each project shall consist of: a narrative describing: the specific design approach for the project; how the client’s program, budget, image, mission, schedule, and operational objectives were satisfied by the overall design/planning solution; any design awards/commendations received; and drawings and photographs illustrating the design solution.

2.      A-E Firm’s Past Performance in Providing A-E Services (35%)

Submit:

1)      narratives, photographs, and drawings for no more than five (5) projects for at least three different clients completed within the last ten years, all having a construction value of $1 million or more.  Do not duplicate anything submitted for A-E Firm’s Design Portfolio.

Describe the A-E Firm’s past performance in satisfying the needs of its clients for services including: programming, planning and pre-design services; design phase services; bid and construction phase services; and design for judicial facilities.  Describe any past performance related to sustainable on any of the projects.

Include tangible evidence such as certificates, awards, peer recognition, etc., demonstrating design performance.

Submit client reference for each project including name, title, address, email, phone number, and fax numbers.

3.      A-E Firm’s Specialized Experience (15%)

Submit a narrative describing the A-E firm’s most relevant experience in the following:

a.       Implementing successful comprehensive design and construction supplemental services programs in government, institutional, and/or commercial organizations

b.      Providing A-E services for court facilities

c.       Providing A-E services involving sustainable design

Include all relevant date on the projects including dates, size, program, scope, team, references, etc.

4.      Qualifications and Experience of Key Personnel (15%)

Submit narrative describing the education, qualifications, professional registrations and certifications, and professional experience of the following “key” A-E Firm and/or Team personnel:

a.                 Program Executive

b.                Lead Architectural Designer

c.                 Lead MEP Engineer

Describe and provide examples through photographs and drawings of the project experience of proposed key personnel in delivering A-E services comparable to the services contemplated for these contracts.  A maximum of three pages and three projects per key personnel may be submitted.

STAGE II PROCESS SUMMARY:

The names and contact information for the short-listed A-E Firms who will be invited to participate in Stage II of the selection process will be published in www.fedbizopps.gov.  This publication will be the only notice A-E Firms who submit Stage I proposals and are not short-listed will receive.  Short-listed A-E Firms will be provided more detailed information on the Stage II process and allowed approximately thirty days after publication of short-list to assemble their entire team of engineers and consultants and prepare Stage II submittal and prepare for oral presentations.

Sub-contractors to the prime contract A-E Firm are not required to be small businesses or to have an active production office in the geographic area of the contract.  The technical qualifications of the entire project team proposed, including the A-E Firms selected in Stage I and their engineers and consultants will be evaluated during Stage II.  The short-listed A-E Firms will submit Standard Forms 330 for each firm that is part of its proposed team.  It will not be necessary for the A-E Firm to re-submit information submitted during Stage I unless changes have been made to what has already been submitted.

CONTRACT AWARD

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.

NOTE:  All packages shall be marked “TECHNICAL QUALIFICATIONS – SOLICITATION NO.

Responses must be received by 2:00 p.m. Eastern Standard Time, on 04/18/2017 at the following address:  General Services Administration, Acquisition Division, Attn:  Shannon (Chevette) Suttle, 77 Forsyth Street, Terrace Level, Atlanta, Georgia 30303.  A total of three electronic (3) copies must be submitted.

The following information should be on the outside of the sealed envelope 1) Name and Address of the A-E Firm, name of the contact person with phone number and fax number. 2) Solicitation Number/Title. 3) Due Date. And 4) ClosingTime.

Late responses are subject to FAR 52.215-1(3)

The website URL to obtain Standard Form 330 is: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF#1-1000

Please address inquires to Shannon (Chevette) Suttle, Contracting Officer at chevette.suttle@gsa.gov.

Primary Point of Contact:

Shannon (Chevette) Suttle

chevette.suttle@gsa.gov

(404) 224-2228

 

 

Secondary Point of Contract:

Phlezette Watt

phlezette.watt@gsa.gov

(404) 215-6853

 

Contracting Office Address:

GSA Public Buildings Service

77 Forsyth Street

Atlanta, Georgia  30303

 

Place of Contract Performance:

North and South Carolina

 

 

 

 

 

 

 


Phlezette L. Watt, Contract Specialist, Phone 4042156853, Email phlezette.watt@gsa.gov - Shannon C Suttle, Contracting Officer, Phone 404-224-2228, Fax 404-331-4104, Email chevette.suttle@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP