The RFP Database
New business relationships start here

DESIGN BUILD OF THE OFFICDE OF PRINCIPAL LEGAL ADVISIOR(OPLA) OFFICE SPACE


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

PLEASE NOTE: TO RECEIVE DIDS FOR THE PROJECT ,THE DOCUMENT SECURITY FORM MUST BE COMPLETED AND EMAILED  to leslie.smalls@gsa.gov ; to receive. Form is included in the packet.



PRE-SOLICITATION NOTICE FOR DESIGN BUILD OF THE OFFICE OF PRINCIPAL LEGAL ADVISIOR(OPLA) OFFICE SPACE, SUMMIT FEDERAL COURTHOUSE - ATLANTA, GA GEORGIA SOLICITATION NO. 47PE0219R0014


 The Southeast Sunbelt Region of Public Buildings Services of the U.S. General Services Administration (GSA) Georgia PMC is presently soliciting proposals from qualified Offerors desiring to compete in the procurement process for the subject Design Build project.  This procurement is set aside for small businesses and advertised to Design Build Contractors.  The project delivery method being used is Firm Fix Price (FFP). The contract type Design-Build Services.  The Design-Build Contractor shall be responsible ensure that all requirements for design and construction are met.  GSA intends to contract for Design -Build services with Contractor that offers the best overall value to the Government. Design Phase Services are expected to commence upon award of the contract on or about August 2019 . 


The project includes space alterations, consisting of demolition and installation of; new partitions, fire rated partitions, doors, hardware, new gypsum board, ceiling system, new light fixtures, and new telephone-data installation. Work shall include modifying the mechanical ductwork, modifying-relocate sprinkler heads, electrical work for new lights and outlets, new telephone and data outlets, providing conduit and junction boxes for the security system, and coordinating security devices.. The work will be completed in phases.


The estimated cost range is between $1,000,000 and $5,000,000 for combined services (Design Phase Services and Construction Phase Work.).  The North American Industry Classification System Code(s) (NAICS) for this procurement is 236220.  The Design-Build Contractor will be competitively chosen using  Source Selection (FAR 15.3) procedures. 


There are two components of work to be performed under this Contract:  Design Phase Services and Construction Phase Work.  The Design-Build Contractor is required to complete the Design Phase and Construction Phase Services for the firm-fixed-price presented in the procurement process.


 


 The Government will evaluate offers for award purposes by adding the total price for design  and construction .


 


"Design Phase Services" means the design phase construction management services, constructability reviews, cost estimate reconciliation services and other related services as described in the scope of work provided in the RFP.


Construction Phase Work" means all work and services, including general conditions, necessary for the construction of the project described by the plans, specifications and other provisions incorporated into the RFP, excluding Design Phase Services. 


 


A best value concept will be applied for evaluation of offers and selection of the successful Offeror for this procurement.  The best value approach provides the opportunity to select an Offeror who is not necessarily the lowest-priced or the highest technically-ranked.  GSA will select the proposal that represents the best value based on the evaluation of technical factors and price, with technical factors being weighed more important than price. 


 


Request for Proposals (RFP) - Proposals will be evaluated and scored according to technical evaluation factors included in the RFP.   The technical proposals will be reviewed and evaluated prior to and separately from the review of price proposals.  As part of the evaluation, the Contracting Officer and Source Selection Evaluation Board (SSEB) may conduct interviews.  However, the Government reserves the right to evaluate proposals and make award without discussions or oral presentations (clarifications may be made as described in FAR 15.306(a)).  Therefore, the Offeror's proposal should contain the Offeror's best terms.  Final selection will be made based on technical factors being more important than price (price being represented by the Offeror's proposal for Design Phase Services and Construction Phase Services).   If interviews are conducted, firms will be interviewed at GSA's Region 4 offices in Atlanta, Georgia, by members of the SSEB.  The following criteria represent the factors that will be used by GSA's Source Selection Evaluation Board in evaluating proposals.


 


EVALUATION CRITERIA ELEMENTS          


 


The factors below in descending order of importance will be used to evaluate all proposals. All information requested is required. Failure to provide any information requested by the Factors will result in an unsuccessful proposal submission.


 


The contractor will provide information on "similar" projects.


"Similar" is defined as projects comparable in terms of scope, magnitude, and complexity. The Government considers a project that has all of the following criteria a similar project:


 


Performed within five (5) years of the solicitation date or at least 75% complete as of September 30, 2018.
Project in occupied building, though not necessarily occupied space of that building.
The project involved at least one of the following principal disciplines: architectural, mechanical, electrical, fire protection, plumbing, environmental, security or another other general construction discipline.
The project involved the following project delivery methods: design/build or design/bid/build.
The project involved hazardous material testing and or abatement.


 


Factor 1: Specialized experience and technical competence 


Factor 2: Past Performance of Offeror


Factor 3: Technical Approach


Factor 4: Qualifications of Key Team Members


 


 


   Factor 1:  Specialized Experience and Technical Competence. This factor will evaluate the specialized experience and technical competence of the Offeror's Construction Team. For this factor, Offerors must identify by name its member firms. Accordingly, this factor will evaluate the extent of the Offeror's experience with similar project types in Federal, State, or Local space.


 


Experience will be evaluated based on the information received for this factor.


 


Information Required


Offerors shall address the following in its submission for this evaluation factor:


 


a.   Provide three (3) similar projects, of which at least two (2) were substantially or contractually completed within the last five (5) years of this solicitation issue date.  Provide the name and location of each project along with a brief description of the scope.  Provide the project delivery method of each project (design-bid-build, design-build or bridging design-build, etc.). Provide the name of the constructor and designer (Architect/Engineer) for each project along with a brief description of their roles and responsibilities. 


 


1.     Describe how each project is similar to the project requirements in this solicitation. 


2.     Provide the contract award amount at time of initial award.


3.     Provide the final contract amount (including all modifications) for each project.


4.     Provide an explanation of any contract modifications that were issued and identify how they were generated and by whom.


5.     HSPD-12 Clearances are required to access the Federal Buildings. A building specific badge may or may not be added to this clearance. No work can begin on the project without the proper clearances. It is not a requirement to have the clearances in prior to contract award; the topic of concern is the number of clearances that the contractor already possesses.


a.     Identify the number of personnel on the Prime Contractor's staff who have HSPD-12 clearance. In what capacity will those people be working on the project?


b.     Identify the number of personnel working with any key subcontractors who have the HSPD-12 clearances. In what capacity will those people be working on the project?


(1)   GSA reserves the right to verify the names of the employees who are being reported to have the clearances. If requested, the contractor shall provide the names of the individuals to GSA for verification. 


 


 Factor 2:  Past Performance of Offeror.  This factor will evaluate the extent to which the past performance of the Offeror's Team, including the designer and constructor have a successful and satisfactory performance record on similar interiors projects providing construction services over the last five (5) years.  This factor will evaluate the extent to which the Offeror has a successful and satisfactory track record on similar projects including coordination with various government agencies including Federal, State, and Local. 


 


Past performance will be evaluated based on the information received for this factor and references.


 


Information Required


Offeror shall address the following in its submission for this evaluation factor:


Offeror shall provide three (3) similar (see Factor 1 for the definition of similar) projects completed, within the last five (5) years of the solicitation issue date.  The Offeror may use the same projects submitted in Factor 1 if they are substantially or contractually completed.  The Offeror is defined as the design-builder that will contract with the Government.  Provide the name and location of each project along with a brief description of the scope, including the date the original building was constructed.   Provide the name of the member firms for each project - this includes all trades used for the project. In addition, provide the following information for each project submitted for evaluation:


 


1.     Demonstrate how each project is similar and comparable in scope and complexity to the project requirement for this solicitation.


 


2.     Provide the contract award amount at the time of initial award and the final contract amount (including all modifications) for each project.  Provide how the costs were managed during the execution of each project.


 


3.     Provide the performance period at the time of initial award and the actual performance period for the contract of each project.  Provide the completion date.  Provide how the schedule was managed during the execution of each project, and if the performance period increased, provide the reasons why it did so.


 


4.     Describe any key features or constraints that required additional effort, creativity, or innovations to successfully complete each project (e.g., a limited budget, accelerated schedule, difficult site, street closures, unusual functional requirements, or phased construction in an occupied space, special permits, coordination with multiple stakeholders, etc.).


 


5.     Provide a minimum one (1) reliable* reference to complete the Questionnaire for each project submitted in accordance with the Instructions for the Questionnaire. If the reference is not deemed to be reliable, the project will be disqualified from the submission. If the number of project submitted drops below the required amount of projects, the contractor will receive and unsatisfactory rating for this factor.


 


*The term reliable relates to the ability of GSA to readily contact these references.  Note:  The Government extends itself the latitude to acquire references from other sources.


 


Factor 3:  Technical Approach.  This factor will evaluate the Offeror's Technical Approach to performing site investigation, project management, construction, contract administration, and how the Offeror plans to achieve the project requirements. A schedule is an essential part of this project; this factor shall also evaluate the contractor's proposed schedule for the completion of the project. All information for Factor 3 shall be limited to a total of two pages of text - Times New Roman 12 point font. Any charts or other visuals are not included in the page limit.


 


Technical approach will be evaluated based on the information received for this factor.


 


Information Required


 


a.     General Approach


Offerors shall describe their general approach to managing and delivering projects of similar complexity.  In describing this general approach, Offerors should address such areas as risk analysis/management/mitigation, cost estimating and how costs are controlled, schedule development and monitoring, and, site access.  Offerors are encouraged to provide examples of where they have successfully utilized such approaches.


 


b.     Resource Capacity


Offerors shall describe/verify the capacity of the project team members to be available on this project as proposed during the term of the contract.  The resource is considered for a higher rating if their staff is able to provide confirmation of HSPD-12 clearances for their reported team members.


 


c.     Coordination


Offerors shall provide a written narrative that describes its means, methods, and processes used to manage clients, trade subcontractors, consultants, and other entities during all phases of work, including closeout and warranty periods.  Offerors may submit flow charts and illustrations of the processes or systems.


 


d.     Management Plan


The plan should identify how the Offeror plans to implement management techniques to ensure the success and quality of the construction of this project.  Provide a proposed project schedule in Gantt chart format for execution of the project from award of the contract to completion.  The proposed schedule should provide sufficient detail to illustrate the proposed flow of construction activities for the project with the overall duration clearly shown.


1.     Discuss the project schedule that highlights key assumptions on which the schedule is based, and discusses the Offeror's strategy for sequencing the work.  The narrative should also discuss any significant contingency issues that could potentially delay overall progress on the project, and what actions the Offeror would propose to mitigate the impact on project completion. The client in for this project would like substantial completion to take place by September 30, 2018. Provide options that would allow this to take place. If the contractor does not believe this time frame is achievable, the contractor shall provide a proposed schedule that is achievable.


2.     Discuss how the project will be executed in a fully occupied building and busy downtown area without causing disruption to the daily operation of the building and its tenants. 


3.     Outline how the responsibilities of the team will be managed.  Discuss coordination of trade subcontractors and suppliers to minimize installation conflicts and to ensure that specified products, and installation means and methods comply with contract requirements,


4.     Discuss monitoring construction schedule and costs, including change orders, to ensure that the project is completed on time and within budget.


 


e.     Quality Control Plan


1.     Provide a draft Project Quality Control Plan. The plan shall detail the proposed methods or processes of providing quality control for all work products. This plan will be kept current with the work requirements. The plan shall include, but is not limited to, the following areas:


a.     Organization of the Quality Team : Roles and Responsibilities


b.     Quality Control Process; including processes, procedures, protocols and reviews the Quality Team will use to assure quality of the project


c.     Quality shall be addressed as it relates to the schedule being compressed to meet the desired schedule. Despite the desired schedule for completion, the quality of the product delivered shall not be compromised.


 


   Factor 4:  Qualifications and Experience of Key Personnel. This factor considers the qualifications and experience of key personnel on the Offeror's team.  The RFP requests resumes or other relevant documentation for certain positions.  The Offeror may submit additional resumes as it believes necessary to fully describe the talents and depth of their team.  The qualification of each individual is based upon the skill, experience and education level of the individual.  This factor will be evaluated based upon the written responses to the RFP by the Offeror.  The scope of this project requires construction-related experience in key positions to ensure reasonable expectation of project success. At a minimum, key personnel are Construction Project Manager, Superintendent and Quality Control Superintendent.


Note:  The Contractor will not be allowed to substitute key personnel during the course of the project without prior approval by the Contracting Officer or his/her representative.  All substitutions MUST have equal or better qualifications and experience.


 


 


 


 


Information Required:


 


Offerors shall address the following in its submission for this evaluation factor:


a.     Provide a project organization chart identifying how the contractor will organize and staff the project from project award through construction completion.  The chart should identify the title of key positions in the organization, and the names of the persons proposed to fill those positions.  At a minimum, the chart should address project management, project superintendence, quality assurance/control, and project controls.  The reporting relationships between these functions and the company's senior management should also be defined.  By including this information in this proposal, the Offeror is making a commitment to assign specific individuals to specific roles in this project, and that commitment is a consideration in the evaluation of the proposal. Provide a narrative on the project organization.  It should define the roles, responsibilities and authority to be delegated to the incumbent of each position, and discuss how work flows through the organization


b.     Provide a one-page resume for each person shown in the organization chart, highlighting previous work experience similar to this project.  For each proposed key person, identify their proposed duties in the project.  Identify the person as a part-time or full-time employee and the firm that person is employed. Offeror must state how long the key personnel have worked for the firm.  Indicate the specific geographic location of employment where each proposed employee is located at the time of response to this announcement.  Also include the amount of time anticipated to be spent on-site and the amount of time to be spent working in the home office on this project. 


c.     Provide a staffing summary for the contractor that identifies the proposed construction staffing for this project.  The summary should include the number of people employed, the number that would be available for this project, and the estimated number required for this project. 


d.     Indicate how the Project Manager guides the work, how change orders, claims and disputes will be handled, and how shop drawings, submittals, etc. are coordinated.


e.     For each proposed key person, describe their knowledge and experience with local markets, subcontractors, the general labor market, and local government in the location where the project is being built.


Design-Build contractors, are invited to respond, by submitting one (1) Technical Proposal and (1)Price Proposal Separately, of the required technical information.  The submission should be organized to correspond with the evaluation factors listed below by submitting one (1) original and one (1) copies of the required technical information.  The submission should be in an 8-1/2" x 11" bound format and should be organized to correspond with the evaluation factors listed below.  The total submission should not exceed fifty (50) one-sided  8-1/2"x 11" pages or five (25) double-sided 8-1/2"x 11" pages (not including Table of Contents or Section Separators), with one-inch margins, and in a font not less than 12-point in size.  Font style is optional. 


 


Interested firms must submit their submission, in two separate folders or files. One Titled:  Technical Proposal and the other Titled:  Price Proposal. no later than 1:00 PM EST VIA Email to Leslie M. Smalls;  leslie.smalls@gsa.gov on  August 12 2019,  Contracting Officer, General Services Administration, Public Buildings Service, Acquisition Management Division, Georgia PMC (4PQG),  77 Forsyth Street N.W., Atlanta, Georgia, 30303.  A Pre-Proposal Conference and site visit is scheduled to be held on August 1, 2019 at 1100 am  All submittals must clearly indicate the solicitation number (47PE0219R0014) Must be in the subject of the email. Late submittals will be handled in accordance with FAR 52.215-1(c)(3).   .


Leslie Smalls, Contract Specialist/Contracting Officer, Email leslie.smalls@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP