The RFP Database
New business relationships start here

Indefinite Delivery/Indefinite Quantity (IDIQ) term contracts for Full Service Architectural Services


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

The intent of this acquisition is to procure three single-award Indefinite Delivery/Indefinite Quantity (IDIQ) term contracts for Full Service Architectural Services to be procured as a Total Small Business set aside for two Small Business firms and one single-award Indefinite Delivery/Indefinite Quantity (IDIQ) term contract for the required Architectural Services as a Woman Owned Small Business set aside.

These contracts are intended to be aligned geographically with one contract primarily used for Pennsylvania excluding the metropolitan area of Philadelphia as well as West Virginia, one primarily used for the metropolitan area of Philadelphia which include the counties of Bucks, Delco, Chester and Montgomery along with Delaware and the southern counties of New Jersey from Trenton south), and a third contract primarily for work in regions of Virginia (excluding the counties of Arlington, Fairfax, Loudoun, Prince William and the cities of Fairfax, Falls Church and Alexandria) and Maryland (excluding the counties of Prince Georges and Montgomery). However, work from any of the geographical area may be added to either of the contracts at the discretion of the Government.


Projects will involve full design services for Repair and Alterations, Renovations and Modernizations of federal facilities, and may require Architectural, Mechanical, Electrical, Fire Protection, and energy-related design services. Projects may also include the incorporation of Sustainability, Security, and Interior Design services with sensitivity towards historic buildings adhering to Section 106 of the National Historic Preservation Act (NHPA) requires federal agencies to consider the effects of their undertakings on historic resources. In addition, projects are expected to include Workplace Modernization for reduced space and increased flexibility. Anticipated services in this area include programming, full Architectural design services; FFE design and specification, and move coordination services.


GSA is committed to excellence in design. Projects under this contract are generally for projects up to $5 million in construction costs. Most projects will involve occupied buildings, many of which are historically significant. The scope of the architectural services under this proposed contract include, but are not limited to the following: POR Development; programming; predesign; the preparation of feasibility studies; the preparation of Request for Proposal packages for Design-Build projects; site investigation; complete design services (space planning, interior design, architectural, mechanical, electrical, plumbing, civil, structural, fire protection, vertical transportation, life safety, security, historical, and code compliance); cost estimating; building commissioning inclusive of MEP and BECx; procurement support; post-construction­ award services; related supplemental services if so requested by the Government.


Hazardous materials such as incidental asbestos and lead may be encountered in some existing facilities. The Architectural firms Industrial Hygienist will be required to identify and quantify the types and locations of hazardous materials that may be abated during construction and will be required to provide abatement recommendations. Furthermore, knowledge of airborne pathogen concerns is required.


The selected firm will be required to ensure that projects meet any applicable agency comprehensive programming and design criteria, including but not limited to the U.S. Courts Design Guide 2007 and 2018 Facilities Standard (P100), which are both available at www.gsa.gov.


In addition, certain projects may be designed and constructed in metric, System International (SI) units in accordance with Public Law 100-576, the Omnibus Trade & Competitiveness Act of 1988, the Metric Conversion Act, and Executive Order 12770. GSA's CAD Deliverables Policy and Drawing Analysis Program (DAP) will be incorporated as requirements of the awarded contract(s).


GSA CAD Deliverables Policy and Drawing Analysis Program (DAP) will be incorporated as requirements into the awarded contract. The DAP is a software utility that generates reports (both tabular and graphical) that are used to aid in the identification of some (but not all) GSA CAD standards compliance issues. The utility is an aid to compliance, but is not guaranteed to work in all versions of AutoCAD or any other product, and does not make drawings compliant to enumerate all issues of noncompliance. The party responsible for producing the drawings is ultimately responsible for compliance with the GSA policy. The Detailed CAD Deliverable Policy may be accessed on the internet at http://www.gsa.gov/midatlanticcadpolicy. The contractor agrees that all CAD, AutoCad drawings and related files, photographs, drawings, renderings, blueprints, specifications and/or other materials generated for use by the contractor on the project, whether in machine readable form or not, shall belong at all times to the General Services Administration (GSA) and shall be delivered to GSA at the times specified and within the schedules contained in the Agreement or at the termination of the Agreement, whichever occurs first.


THE QUALIFICATIONS-BASED EVALUATION CRITERIA TO BE APPLIED IN THE SELECTION PROCESS IN DESCENDING ORDER OF IMPORTANCE ARE AS FOLLOWS:


Criteria 1 - Specialized Experience: Recent experience of the design team members individually and inclusive of the quality of previous work performed collectively as a team in the type of work required, or evidence of similar relevant experience to the tasks described above. Also indicate experience in sustainable design, use of the U.S. Green Building Council LEED System including descriptions of waste reduction techniques and energy efficiency in facilities designed by the team, as well as familiarity with use of recovered materials on construction contracts per FAR 52.223-9.


Submission Requirements: The firm will submit no more than Five (5) relevant projects designed within the last Ten (10) years that illustrate overall team experience relative to this contract scope. More recent projects may be deemed more relevant. In addition to Form F of the SF 330, each project submission may include up to two additional pages for photos or other information. Select projects that best demonstrate the team's experience with projects of similar size and scope. Relevant projects are defined as between $150,000 and $5,000,000 and cover Repair and Alterations, Renovations and Modernizations, and may include Architectural, Mechanical, Electrical, Fire Protection, Space Planning and energy-related design services. Experience with Federal Buildings, historic buildings, and projects involving occupied space, may be evaluated more favorably. At least one project must be a Workplace Modernization project.


Criteria 2 - Past Performance: Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Points of contact provided in other criteria may be contacted. A firm with no record of past performance information shall be evaluated neither favorably nor unfavorably.


Submission Requirements: For each project submitted under Criteria 1, provide references with points of contact. In addition, provide documentation of design awards and letters of appreciation and/or commendation.


Criteria 3 - Professional qualifications of the proposed team members assigned to this project.


Submission Requirements: a) Provide brief resumes of proposed key team members. Resumes should indicate professional qualification of team member, including education, professional certification and licensure, relevant experience, any specialized expertise, and the length of service with the firm. b) Include and clearly identify resumes for individuals who will serve as Project Managers, as well as the lead designers in each discipline (whether they are a part of the prime firm or a sub-consultant), including the Workplace lead. c) Resumes submitted should demonstrate familiarity with Repair and Alteration projects of a similar size and scope in occupied buildings, as well as showing experience on historic buildings, sustainable design, energy conservation, fire protection, hazardous material abatement, elevators and cost management.


Criteria 4 - Capacity of the Firm and Project Team: The capacity of the firm and project teams to accomplish multiple, large and small projects simultaneously, the ability to sustain the loss of key personnel while accomplishing the work within the required time limits.


Submission Requirements: Provide a narrative no more than one (1) page, describing the prime firm's management approach to delivering multiple, large and small projects simultaneously. The narrative should include a description of how the firm will sustain the required level of effort in the event of key personnel transitions, while fulfilling contract requirements within the period of performance. It should also include a complete list of current commitments and active design contracts with fees greater than $20,000.00. Provide an additional one (1) page narrative describing the same elements that covers all proposed sub consultants.


Criteria 5 - Quality Control: Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. Capability of team organization and ability to control budgets, schedules, and the quality of deliverables. Ability to handle projects with multiple end­ users and complex requirements. Extent of firm's previous experience with proposed consultants and demonstrated ability to manage effectively the prime-consultant relationship.


Submission Requirements: Provide a narrative no more than one (1) page describing how the firm ensures quality consistently across the entire project team including consultants. The narrative should describe internal QC processes for checking documents for errors and omissions. It should include examples of QC process records demonstrating the effectiveness of the firm's procedures, and should also identify the person responsible for managing the firm's QC program.


Criteria 6 - Geographical Location: Location in the general geographical area of project sites and knowledge of the locality of the projects.


Submission Requirements: The firm will provide a narrative of no more than one (1) page, describing the firm's knowledge of design approaches, construction materials, codes/ordinances, costs and other conditions unique to this geographical region, and describing the firm's ability to provide at least 35% of overall design services from an office within the geographical area.


 


 


ADDITIONAL INFORMATION


SF 330s will be evaluated to determine the most highly qualified firm based on criteria responses. Evaluating past performance and experience may include review of information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, inaccessible points of contact, or invalid phone numbers could result in a firm being considered less qualified.


The following elements may result in a higher rating: a) Projects emphasizing occupied administrative, commercial, and institutional building types; b) projects where the offeror performed work as the Prime/Lead Architectural firm; c) Projects provided where the construction is substantially complete; d) Projects provided in the SF 330 (Architect-Engineer Qualifications) completed by the office/branch/individual team member actually performing the work under this contract; e) Firms indicating that they wish to be considered for one of the designated geographical areas must demonstrate they are capable of providing at least 35% overall design services from an office within the designated geographical areas.


The total period of performance for each Term Contract(s) will be one (1) base year and four (4) Option Years. Options to extend the contract term will be based on the firm's performance in the previous year.


The NAICS (North American Industry Classification System) Code for this procurement is 541310, Architectural Services. The annual Small Business Size Standard is $8.0 Million.


SUBMISSION PACKAGE REQUIREMENTS


The SF 330 is limited to 25 double-sided pages. Firms are to submit an electronic copy only to the attention of the GSA Contracting Officer Raymond J. Porter of the completed Standard Form 330, Part I and Part II for the prime offeror (SF 330 should also include teams key sub consultants) addressing the selection criteria information along with a letter of interest (identifying this announcement by solicitation number and identifying the firm's DUNS number). Firms are to apply page numbers to their proposal. Firms shall indicate if they wish to be considered for one, two or all three of the contracts. However, offerors are to provide only one proposal in response to this synopsis. Firms with branch offices and consultants must submit Part II of Standard Form 330 that should include project samples. Firms must separately address the evaluation factors and relate where information can be found in the submittal package relevant to each factor.


 


 


THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED.



These contracts will be established using the Brooks Act procedures and FAR Part 36.



SPECIAL ATTENTION SHOULD BE GIVEN TO THE FOLLOWING AREAS OF THE STANDARD FORM 330:



Part I, Item C: Please list only the team members including staff professionals who will actually perform the major tasks under this contract.


Part I, Item F (23) - Please provide a point of contact and telephone number for each project.


Part I, Item F (24) - List no more than five projects, not five projects for each firm (joint venture/consultants). Indicate which firms performed each of the projects and their specific responsibility and function. Include only relevant projects of similar size and scope to those to be performed under this contract. The relevant projects presented may demonstrate the firm's capability to design complex projects to be constructed in occupied facilities having sensitive tenants. Those projects may show how the firm phased the project to maintain security, noise control and continued normal operation of the facility.


Part I, F (25) - Provide a synopsis of the scope of work for each project, stating clearly what tasks were performed by the prime firm.


Part I, Item H - In a narrative format outline firm's approach to design, design reviews, quality control and project management. Include any additional information regarding the firm's qualifications to perform work similar in scope and size to this project. The last entry under Section H must read: "I hereby certify that the firm or firms listed in Part I, Item C meet(s) the geographical limitations stated in the synopsis for this contract".
Task orders issued under this contract will include Sensitive But Unclassified (SBU) building information. SBU documents provided under these task orders are intended for use by authorized users only. In support of this requirement, GSA requires the A/E firm and all consultants to exercise reasonable care when handling documents relating to SBU building information per the contract. The efforts required above shall continue throughout the entire term of the contract and for whatever specific time thereafter as may be necessary. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work). Destruction shall be done by burning or shredding hardcopy, and/or physically destroying CD's, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software.


REASONABLE CARE:


1.    Limiting dissemination to authorized users. Dissemination of information shall only be made upon determination that the recipient is authorized to receive it. The criterion to determine authorization is need-to-know. Those with a need-to-know are those who are specifically granted access for the conduct of business on behalf of or with GSA. This includes all persons or firms necessary to do work at the request of the Government, such as architects and engineers, consultants, contractors, sub-contractors, suppliers, and others that the contractor deems necessary in order to submit an offer/bid or to complete the work or contract, as well as maintenance and repair contractors and equipment service contractors.



2.    Term of Effectiveness. The efforts required above shall continue throughout the entire term of contract and for what specific time thereafter as may be necessary, as determined by the Government. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention.



3.    Written agreement of disposal. For all contracts using SBU building information, the contractor shall provide a written statement that he and his subcontractors have properly disposed of the SBU building documents, with the exception of the contractor's record copy, at the time of Release of Claims to obtain final payment. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work). Destruction shall be done by burning or shredding hardcopy, and/or physically destroying CDs, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software. The recipient acknowledges the requirement to use reasonable care, as outlined above, to safeguard the documents and, if not awarded, the contract (and at the completion of any protest/appeal process) will make every reasonable and prudent effort to destroy or render useless all SBU information received during the solicitation.


Personal interviews will be scheduled for firms slated as most highly qualified for each contract. Firms slated for interviews will be asked to explain management strategies, design team components, quality control (QC) processes; and to discuss possible design solutions to hypothetical projects, etc. Elaborate presentations are not desired.


Any firm selected for the short lists will only be asked to participate in one interview. Once firms have been short-listed, those firms will then be considered to be of equal technical merit. After the interviews are completed in their entirety, the board will reconvene to determine the most highly qualified firm for each contract.


Raymond J. Porter, Contracting Officer, Phone 2154464664, Email raymondj.porter@gsa.gov - Patrick Spellman, Contract Specialist, Phone 2156061755, Email patrick.spellman@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP