The RFP Database
New business relationships start here

National Contract for Spatial Data Management (SDM) and 3D Imaging


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

The General Services Administration (GSA), Public Buildings Service (PBS), Acquisition Services Division (PGQC) has identified a need for a Multiple Award, Indefinite Delivery/Indefinite Quantity (IDIQ), contract for Spatial Data Management and 3D Imaging  Services. 


GSA/PBS intends to establish a multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract with the period of performance for one (1) base period of 12 months, with four (4) 12-month renewable option periods. The proposed contract will include a minimum order guarantee in the amount of $1,500.00 for the base year and a maximum ordering limitation (MOL) of $10.0M for a period of five (5) years. The balance of any unused MOL from each period may be carried forward to the next option year at the discretion of the Government. The contract will include a clause for four (4) options and may be exercised at the discretion of the Government. Services will be procured, as necessary, by the issuance of Firm-Fixed-Price task orders. 


This procurement will be a 100% total set-aside for small businesses under FAR Part 19, and awarded to responsible offerors whose proposal(s) offer the best overall value to the Government. GSA is committed to assuring that maximum opportunity is provided to the small business community to participate in these contracts. Therefore, it is anticipated that the Government will award a maximum of three (3) contracts under this solicitation.


This combined synopsis/solicitation constitutes the only solicitation; proposals are being requested at this time.
 
This solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-98. The associated North American Industrial Classification System (NAICS) code for this procurement is 541990 with a small business size standard of $15.0 M annual gross receipts for a period of three years. 


ALL OFFERORS MUST MEET THE FOLLOWING REQUIREMENTS:
Offerors will be evaluated in a full and open competition. Based on this evaluation and as a total small business set aside, up to three successful offerors will be awarded Indefinite Delivery Indefinite Quantity contracts.  All offerors must demonstrate a working knowledge of the ANSI/BOMA standards, AutoCAD 2015 (or higher), and laser scanning techniques. In accordance to the Statement of Work (SOW) attached.


Three (3) firm-fixed-price IDIQ contract will result from this solicitation. Offerors that submit proposals who do not meet this requirement will be disqualified and eliminated from competition.  


All interested companies shall provide proposal(s) for the attached solicitation. Award shall be made to the Offerors whose proposal offers the best value to the government. The government will evaluate information based on the evaluation factors in the attached solicitation.  


GENERAL DESCRIPTION OF REQUIREMENT: 
The Contractor will provide base drawings which accurately represent all fixed architectural and structural elements, assignment drawings which accurately reflect as-built conditions and include statistical information broken down by tenant organizational unit indicating square footage and GSA space classification categories. 


In general, the Contractor will be tasked with providing to GSA the following:
a) Measuring the square footage of federal buildings in accordance to the National Business Space Assignment Policy.
b) Prepare SDM base and assignment drawings and other related data that will be directly input into the GSA Computer Aided Facilities Management (CAFM) drawing database.
c) Monitor SDM drawings and data for compliance with GSA PBS Inventory Systems. Perform SDM drawing & database maintenance as required bringing drawings and data for buildings in the SDM inventory into compliance with the GSA PBS Inventory System.
d) Provide miscellaneous technical services. These services may include providing guidance and support during design reviews related to square footage measurement and space assignments, drawing or data retrieval as part of a data call or tenant request, training related to measuring buildings and use or interpretation of measurement standards, drawing and illustration support in updating policy documents, and attending meetings with GSA counterparts and agency representatives.
e) Provide 3D laser scanning services on a project-by-project basis.
f) Create an accurate current-condition record of the existing building conditions and assist in the repair and alteration work throughout its design process. The 3D imaging will provide 2D CAD plans, elevations and 3D geometric models and/or BIM models required to document as-built conditions.
g) Generate a point cloud of the building for applications such as archival, visualization, and site planning.
h) Assist GSA in developing 3D Imaging Best Practices that will be incorporated into GSA's BIM Guide Series.


Awards will be based on the proposals that represents the Best Value to the Government, price and other factors considered. The selection will involve reviewing each offeror's proposal using the evaluation factors identified below. For price evaluation, offerors are requested to provide firm fixed hourly rates and lump sum pricing for the base period and all option periods.


EVALUATION FACTORS:
The evaluation factors that will be used to select firms for award of this contract are: (1) Technical Competence and Project Examples, (2) Management Approach & Structure, (3) Past Performance.


GENERAL INFORMATION:


SYSTEM FOR AWARD MANAGEMENT INFORMATION: 
All potential offerors must be registered in the System for Award Management (SAM) prior to award (www.sam.gov). We advise potential offerors to begin the registration process when they prepare their offer to ensure the registration in the SAM database is complete and in-place should they be selected for the award. In the event an offeror is not registered in SAM at the time the contracting officer is ready to award the contract, the contracting officer will proceed to the next eligible successful offeror.


SUBMISSION OF PROPOSALS: 
Offerors must furnish proposal electronically to judith.hicklin@gsa.gov, with a copy (cc) to theophilus.hlovor@gsa.gov no later than 12:00 PM Eastern Time on Thursday, August 30, 2018. All offers received after the due date and time will be considered late and will not be evaluated for award.  


SUBMISSION OF QUESTIONS: 
All questions must be submitted no later than 10:00 AM Eastern, Monday August 13, 2018. Answers to all questions will be posted via amendments to this solicitation. Every effort will be made by the Government to reply to all responses by August 20, 2018 to ensure interested offerors have an opportunity to review the responses. No personal answers will be provided.


ALL QUESTIONS RELATED TO THIS SOLICITATION MUST BE SUBMITTED IN WRITING TO THE CONTRACT SPECIALIST, JUDITH HICKLIN, VIA EMAIL: 
judith.hicklin@gsa.gov AND THE CONTRACTING OFFICER, THEOPHILUS HLOVOR, VIA EMAIL: theophilus.hlovor@gsa.gov.



Judith Hicklin, Contract Specialist, Phone 202-969-7327, Email judith.hicklin@gsa.gov - Theophilus Hlovor, Contracting Officer , Phone 202-480-4896, Email theophilus.hlovor@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP