Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOLICITATION NOTICE

C -- Multiple Award Indefinite Delivery Indefinite Quantity Supplemental Contracts for Architect- Engineer Services for Projects located in Upstate New York

Notice Date
1/13/2021 10:12:04 AM
 
Notice Type
Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
PBS R2 OPERATIONS BRANCH C NEW YORK NY 10007 USA
 
ZIP Code
10007
 
Solicitation Number
47PC0321N0001
 
Response Due
2/9/2021 12:00:00 PM
 
Archive Date
02/09/2021
 
Point of Contact
Hillary Gonzalez, Phone: 9174534642
 
E-Mail Address
hillary.gonzalez@gsa.gov
(hillary.gonzalez@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation No. 47PC0321N0001 Multiple Award Indefinite Delivery Indefinite Quantity Supplemental Contracts for Architect- Engineer Services for Projects located in Upstate New York This solicitation is a Request for Qualifications and is not a Request for Fee Proposal. Notice of Total Small Business Set-Aside This procurement opportunity is 100% set-aside for small businesses only. The North American Industry Classification System (NAICS) Code/Size Standard for this procurement is 541310, Architectural Services. The Small Business Size Standard is $8 Million in annual receipts. The FSC/PSC is C211, Architect - Engineer Services (including landscaping, interior layout, and designing).� FAR 52.219-6 Notice of Total Small Business Set-Aside. (NOV 2011) (a) Definition. �Small business concern,� as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) Applicability. This clause applies only to- (1) Contracts that have been totally set aside or reserved for small business concerns; and (2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts. (End of clause) General Solicitation and Contract Information The U.S. General Services Administration, Public Buildings Service, Northeast and Caribbean Region has a requirement for Multiple Award Indefinite Delivery/Indefinite Quantity contracts for supplemental Architect and Engineering (A/E) services for projects located in Upstate New York. This procurement will be procured in accordance with the Selection of Architects and Engineers Statute (IAW FAC 05-73 - also known as the Brooks Act) and as implemented in FAR 36.6, and GSAM Part 536.� One or more Firm-Fixed-Price (FFP) IDIQ contracts will result from this solicitation, to include negotiated profit, overhead and hourly rates for anticipated disciplines and for use in negotiating FFP task orders. When pricing design for task orders over the life of the contract, the Government will require fully documented compliance with the mandates prescribed in FAR 15.404-4(c)(4)(i)(B) regarding the 6% fee limitation. Pricing on task orders for the production and delivery of designs, plans, drawings, and specifications shall not exceed 6 % of the estimated cost of construction, including fees. The term for each of the contract(s) shall be for a period of five (5) years, consisting of a one (1) year base period plus four (4) one-year unilateral options.� A minimum guarantee amount of $2,500 is to be awarded for the base year only. If the minimum guarantee is not met during the base year, the government reserves the right to unilaterally issue a task order to satisfy this guarantee. If the contractor does not accept this task order, all claims to the minimum guarantee will be waived by the contractor. There is no yearly maximum. The sum of all task orders issued against the contract cannot exceed the maximum contract value of $10,000,000.00. General Description of Services Required This procurement involves A/E services for various projects on an as needed basis that arise as part of the normal operating functions of GSA PBS, and will cover projects located in the geographic areas of Upstate New York. Upstate New York is defined as the following counties in the State of New York:� Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Rensselaer, Rockland, St. Lawrence, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, Steuben, Sullivan, Tioga, Tompkins, Warren, Washington, Wayne, Wyoming, and Ulster. The scope of work may include, but is not limited to, site investigations, site surveys, Feasibility Studies, Project Development Studies (PDS), Building Evaluation Reports (BER), Master Plans, engineering studies, concept designs, construction documents, Design-Build Bridging, Design-Build Scope Preparation, estimating services, procurement support, record drawings, constructability reviews, technical design reviews, construction administration services, shop drawing review and approval and construction site inspections, post-construction services, and other A/E Services, to include incidental related work in support of Government administered construction contracts; facility investigations and research; and planning studies.� * The Statement of Work is attached. Evaluation Factors The A/E Firms shall submit a technical proposal responding to the following evaluation factors:� Factor No. 1:� SPECIALIZED EXPERIENCE (20%) Factor No. 2:� DESIGN PHILOSOPHY (20%) Factor No. 3:� PROFESSIONAL QUALIFICATIONS (20%) Factor No. 4:� PAST PERFORMANCE (20%) Factor No. 5:� CAPACITY TO ACCOMPLISH THE WORK (15%) Factor No. 6:� GEOGRAPHIC LOCATION (5%) FACTOR NO. 1: SPECIALIZED DESIGN EXPERIENCE (20%): The A/E firm/joint venture shall complete Part 1, Section F & H of the Standard Form 330 for example projects which best illustrate the proposed team�s experience for this contract.� The AE firm/joint venture shall submit three (3) projects for which construction is completed not more than 6 years prior to the submission due date of the RFQ, as described below: a) One (1) project that is a major renovation or tenant fit-out in an existing building with a minimum construction cost of $1,000,000. b) One (1) Master Plan or Design/Construction Study project with a construction estimate over $800,000. Master Plan or Study efforts that are completed but not constructed are acceptable.� c) At least one project must be located in the cities of either Albany, Utica, Binghamton, Syracuse, Rochester, or Buffalo. A higher rating will be given to firms that demonstrate extensive experience in Region 2�s Upstate New York area. Projects that will not be considered for this Factor include residential water supply-waste treatment facilities (municipal are acceptable); retail stores; warehouses; residential projects; and/or transportation projects. The description for each project shall consist of a narrative describing the specific design approach for the project. The narrative must have sufficient detail to allow an understanding of how some items such as the client�s program, function, image, mission, budget, schedule, local conditions, sustainable strategies and operations and maintenance objectives were satisfied by the overall design/planning solution (maximum of two single-sided pages per project). Include tangible evidence such as certificates, awards, commendations, peer recognition, etc., demonstrating design excellence. If the�A/E firm provides more than three Projects, the TEB will only review the first three submitted based on chronology starting with the most recent contract/task order completion dates. FACTOR NO. 2: DESIGN PHILOSOPHY (20%); This� factor is intended to demonstrate the A/E firm�s understanding of GSA�s architectural Design Excellence objectives, the Guiding Principles for Federal Architecture, and the A/E firm/joint venture�s� approach to sustainable design. In Part 1, Section �H� of the Standard Form 330, submit; A narrative describing the A/E firm/joint venture�s design philosophy and practical approach to delivering Design Excellence to its clients in a consistent manner.� Include a statement by the lead designer on his/her personal commitment to the Guiding Principles for Federal Architecture, GSA�s Design Excellence objectives and sustainable strategies in design.� Include a statement to address what design excellence means in projects for this service contract, and how the A/E firm/joint venture will strive to achieve design excellence, as well as its approach to sustainable design, (maximum of one single-sided page). FACTOR NO. 3:� PROFESSIONAL QUALIFICATIONS (20%): In Part 1, Sections �C�, �E� & �G� of the Standard Form 330, submit; A narrative (maximum of one single-sided page per each key Team Lead Member) describing the education, qualifications, professional registrations and certifications, and professional experience of the following �key� A/E Firm and/or Team Lead Personnel: Key Team Lead Personnel: a) Program Executive b) Lead Architectural Designer c) Lead MEP Engineer Describe and provide examples of the project experience of proposed key Team Lead Personnel in delivering A/E services comparable to the services contemplated for these contracts.� Include any awards, commendations, or peer recognition for Lead Architectural and/or MEP designers. A maximum of three single-sided pages and three projects per key Team Lead Personnel may be submitted.� At a minimum, the Key Team Lead Personnel shall have a Bachelor�s Degree and ten (10) years of experience in each respective field, and the Lead Architectural Designer and Lead MEP Engineer shall have a professional license in at least one State of the U.S.�� Advanced degrees and awards, commendations, or peer recognition for Key Team Lead Personnel in a respective field shall be weighted more heavily for that category. Key Team Members: The evaluation will consider qualifications, relevant project experience and longevity with the firm of key technical personnel in addition to the Key Team Lead Personnel. Technical Personnel must possess the education, qualifications and project experience that will provide the best opportunity for the successful completion of task orders under the proposed contract.� The A/E firm/joint venture shall include personnel with professional qualifications in the following disciplines and as follows: Bachelor�s Degree and five (5) years of experience in each respective field, and have a professional license in at least one State of the U.S.� a) licensed architect b) licensed structural/blast engineer c) licensed mechanical engineer d) licensed electrical engineer e) licensed fire protection engineer f) licensed geotechnical engineer Minimum of five (5) years of experience in each respective field, with a degree, advanced degree or relevant certification g) hazardous material consultant h) cost estimating consultant An advanced degree and/or additional years of experience in their respective field for any key personnel or key team members will be weighted more heavily for that category. FACTOR NO. 4:� PAST PERFORMANCE (20%) Independent References:� Each A/E firm will be required to provide one (1) completed Past Performance questionnaire prepared by the Owner/Owner Representative for each project submitted in Factor No.1.� See appendix for the questionnaire to be prepared by the Owner/Owner Representative.� The information submitted in the Standard Form 330 and the questionnaires submitted by the project Owner/Owner Representative will be used to evaluate past performance. *Other project references may be considered.� Note that GSA will not limit its reference contacts to those provided by an A/E firm, instead GSA may choose to contact references independent of those provided. GSA will use government-wide past performance evaluation systems such as CPARS (not to exceed 6 years back), etc. * The Past Performance Questionnaire is attached. FACTOR NO. 5:� CAPACITY TO ACCOMPLISH THE WORK (15%) The A/E Firm/joint venture shall provide an attachment, under Section �D� of the Standard Form 330, which best illustrates the Organizational Chart of the proposed Team for this contract. All roles, responsibilities and lines of communication shall be defined, clear and efficient. Additionally, the A/E Firm/joint venture shall provide a Project Management Plan, under Section �H� of the Standard Form 330, which will address the following: Demonstrate how it will efficiently and effectively cover all of the anticipated work within the geography of Upstate New York; Demonstrate how it will deal with the scheduling and staffing issues that may result from the issuance of multiple task orders, and assigning Team Leads for multiple projects. Explain how the A/E team will ensure project quality and cost control; The Organizational Chart and Project Management Plan shall not exceed four (4) 8-1/2� x 11� single-sided pages (single-spaced, with a minimum 11-point Arial font). FACTOR NO. 6:� GEOGRAPHIC LOCATION (5%) In order to receive full credit for Factor No. 6, the A/E firm shall demonstrate that at a minimum 35% of staff for all task orders placed under this contract will be located and work performed within a 175-mile radius of GSA Region offices located at GSA Public Building Service, 100 South Clinton Street, Syracuse, NY 13261-7005. The A/E Firm shall submit a narrative explaining where all proposed architectural and sub-consultant entities for this contract are located. Refer to Factor 3 for team members. If the A/E firm cannot meet this requirement, a plan must be provided as part of your proposal, showing the establishment of this office and the personnel associated within 45 days after contract award. * The Standard Form 330 is attached. Submission Requirements Interested firms having the capabilities to perform this work must respond by submitting a Letter Of Interest, Standard Form 330 (SF 330) Architect-Engineer Qualifications Parts I and II in electronic PDF format along with supporting data that specifically responds to the evaluation factors of the RFQ.� The SF 330 shall be limited to 50 pages (8 ��x11� pages) for the entire A/E team proposed. All SF 330s must be signed and current reflecting a date not more than one (1) year from the date of this notice.� All example projects provided in the SF 330 must be completed by the office/branch/individual team member actually performing the work under this contract.� Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. The SF 330 must clearly state the office/branch/individual team members performing the work on all projects presented.� All responsive submissions will be evaluated by a Technical Evaluation Board (TEB).� The firms will be ranked with the highest rated proposals on the top of the list. After the evaluation of the submissions, GSA will shortlist six (6) to eight (8) of the most highly rated firms. The shortlisted firms will be invited for interviews and further evaluated prior to recommendation and approval of the selected A/E firm(s).� The shortlist will be advertised on Beta.SAM.gov.� The firms must ensure the SF 330 Architect-Engineer Qualifications Parts I and II reflect the entire design team.���� Rate/price proposal(s) will be requested following the selection of the most technically qualified firm(s). �The current threshold for the requirement of certified cost or pricing data is $2,000,000; therefore submission of such will be required for each contract. In addition, certificates of Current Cost and Pricing Data will be required of each awardee and its consultants. (1) All qualifications packages submitted by joint ventures must include a copy of an executed joint venture agreement (with original signatures) which fully discloses the legal identity of each member of the joint venture, the relationship between the members, the form of ownership of each member, and any limitations on liability or authority for each member. (2) An authorized representative of each member of the joint venture must sign the contract accompanying an offer regardless of any agency relationship established between the members. (3) In the case of corporations that are joint venture members, the corporation secretary must certify that the corporation is authorized to participate in the joint venture, either by so certifying in the joint venture agreement, or by submitting a separate certification to the Government. The joint venture must also provide a certificate that identifies a principal representative of the joint venture with full authority to bind the joint venture. (4) Representations and certifications and financial information must be submitted for each member of the joint venture. Firms which desire consideration and meet the requirements described in this RFQ are invited to submit the complete qualifications package. For informational purposes: All offerors are required to have an active registration in the System for Award Management (SAM) (www.sam.gov) at the time of offer submission.�� ALL SUBMISSIONS ARE DUE by 3:00 PM EST / 4:00 PM AST on February 9, 2021.��Qualification Submissions shall be sent in Portable Document Format (PDF) to the Contracting Officer, Hillary Gonzalez, at email address hillary.gonzalez@gsa.gov . The deadline for all Requests for Information (RFI) is 3:00 PM EST / 4:00 PM AST on February 2, 2021.� All RFIs must be submitted in writing via email to the Contracting Officer at hillary.gonzalez@gsa.gov .� An amendment to the RFQ will be issued to all prospective firms via http://www.beta.sam.gov.� The amendment will include the RFI and the corresponding Government response.� Unless formally amended in writing, all terms and conditions of the RFQ will remain unchanged. Attachments Statement of Work, Multiple Award Indefinite Delivery / Indefinite Quantity Supplemental Contract(s) for Architect Engineering Services for Projects located in Upstate New York. Standard Form 330, Architect-Engineer Qualifications (Rev. 8/2016) Past Performance Questionnaire Representations, certifications, and other statements of offerors or respondents
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9839c43248ca499aaf6333f2b38cdc06/view)
 
Place of Performance
Address: Syracuse, NY 13261, USA
Zip Code: 13261
Country: USA
 
Record
SN05891041-F 20210115/210113230103 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.