Search Contract Opportunities

Architectural and Engineering Indefinite Delivery Indefinite Quantity (IDIQ) for New England

ID: 47PB0018N0001 • Type: Synopsis Solicitation

Description

Posted: Sept. 19, 2018, 3:46 p.m. EDT
This notice is amended for information purposes.

Stage 1 of this acquisition is complete.

The following are the Engineering and Architect firms shortlisted in response to Request for Qualification (RFQ), Solicitation No. 47PB0018N001, Multiple Award Indefinite Delivery/Indefinite Quantity for Professional Engineering and Design Services Contract(s) for GSA PBS Region1 (New England).

Alares, LLC
248 Copeland Street
Quincy MA 02169

BBIX
10 High Street
Suite 402
Boston, MA. 02110

BSR Architects
1005 West Fayette Street,
Suite 500,
Syracuse, NY 13204

Colby Company, LLC
47A York Street,
Portland ME. 04101

EDM
100 West Street
Suite 210
Pittsfield, CT 01201

Oak Point Associates
231 Main Street
Biddeford, ME. 04005

RGB Architects
50 Holden Street
Providence, RI 02908

VanZelm Engineers
10 Tacott Notch
Farmington, CT 06032

Posted: March 5, 2018, 3:19 p.m. EST

Region 1 of the U.S. General Services Administration (GSA), Public Buildings Service (PBS), has a requirement for Professional Engineering and Architectural services under multiple Indefinite Delivery Indefinite Quantity Contracts (IDIQ's) serving the six New England Region states of Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island and Vermont; pertaining to the GSA Federal Buildings and properties contained therein.

This project is solicited as a total Small Business Set-Aside. The primary NAICS code for this requirement is 541330 for Engineering Services. The Small Business Size Standard is $15 Million. The resultant contract(s) (up to 5) will be for one (1) base and four (4) option years. The aggregate MOL for the entire duration of the contract is $25,000,000. In other words, there is no single MOL per contractor or a single MOL per year, other than the MOL of the entire contract.

Projects will be located within the geographic boundaries of GSA's PBS Region 1 states including: Maine, New Hampshire, Vermont, Massachusetts, Connecticut, and Rhode Island. Offerors must have or be capable of establishing an active design production office within one of the six New England states.

GSA Policies and Regulations:

Federal projects require compliance with federal regulations and policies including but not limited to the U.S. Courts Design Guide 2007, GSA PBS- P100 Design Guide and tenant related design guides, the 2016 Guiding Principles for Sustainable Federal Buildings, and PBS order 1096.1, PBS Key Sustainable Products.

For more information on GSA design policies and the Utilization of Environmental Friendly Products please visit:

For more information on GSA design policies please visit:

www.gsa.gov

https://www.gsa.gov/real-estate/design-construction/architecture-engineering/facilities-standar ds-p100-overview

https://energy.gov/eere/femp/guiding-principles-sustainable-federal-buildings .

https://sftool.gov/greenprocurement/green-products/1046/key-sustainable-construction-products/9.

The anticipated scopes of work may include, but are not limited to: site investigation, program of requirement, pre-design and existing conditions studies, design, construction documents, constructability review and evaluation, estimating, technical design reviews, procurement support, submittal and shop drawing review/approval, record drawings, construction site inspection, and close-out documentation. Primary disciplines and expertise that may be required on resulting task orders include, but are not limited to: architecture, mechanical (including component/system assessments and design), electrical, plumbing, civil, structural, fire protection, historic preservation, estimating, code compliance, environmental services, life safety, quality control review, scheduling, space planning, and sustainability. Secondary expertise that may be required includes security, geotechnical and marine engineering, surveying, LEED, risk assessment, vertical transportation, real estate market analysis, master planning, and report writing. In addition, hazardous material such as incidental asbestos and lead may be encountered in some existing facilities. The firm's industrial hygienist will be required to identify and quantify the types and locations of hazardous material that may be abated during construction and will be required to provide abatement recommendations.

Most task orders issued under these IDIQ contracts will be executed for repair and alteration projects within existing buildings. The estimated cost of construction at award (ECCA) can range from $2,000 to approximately $3,095,000 (or the current Prospectus Project Threshold). In accordance with Federal Acquisition Regulation (FAR) 15.404-4(c)(4)(i)(B), fees for design services cannot exceed 6% of the ECCA. For general guidance describing included and excluded services, in regards to the 6% fee limitation, see PIB 13-04 Attachment

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 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 Five (5) years that illustrate overall team experience relative to this contract scope. 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 (Estimated Construction Cost) and cover Repair and Alterations, Renovations and Modernizations, Engineering Studies and may include Architectural, Mechanical, Electrical, Fire Protection, Space Planning and energy-related design/engineering 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 -Professional qualifications of the proposed team members assigned to this project.

The offeror shall propose a minimum of the following key personnel (and/or subcontractors for specific disciplines if applicable):

Primary Disciplines:

1. Architect

2. Project Manager

3. Civil Engineer

4. Structural Engineer

5. Mechanical Engineer

6. Electrical Engineer

7. Fire Protection

8. Cost Estimator

Secondary/supplemental disciplines:

1. Marine Engineer

2. Geotechnical Engineer

3. Registered Land Surveyor

4. Environmental Engineer

5. Historic Preservationist

6. Landscape Architect

7. Other disciplines as requested by GSA

Failure of the Offeror to propose the required key personnel positions will adversely affect the Government's evaluation of this selection criterion.

Submission Requirements: Provide brief resumes of proposed key team members. GSA will evaluate the proposed key personnel qualifications and suitability for the proposed position in relation to the work for which they are proposed to perform and areas of responsibility. The qualifications and suitability of the individual key personnel will be evaluated on the following:

a. Education. GSA will evaluate the key personnel on their education, training, certifications, experience, and/or licenses. Experience, in lieu of education, may be considered;

b. Experience. GSA will evaluate the key personnel on their recent relevant experience in performing work similar in scope, size, and complexity to the typical task order work detailed above under Specialized Experience;

c. References/Evaluation. GSA may contact references of Key Personnel (or subcontractors, as provided) and previous employers to verify the accuracy of the information contained in the resume and to further assess the qualifications and suitability of proposed key personnel. GSA may also consider information received from other sources in its evaluation of key personnel or subcontractors.

Criteria 3 - 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. If the offeror is a newly formed entity with no record of relevant past performance, the evaluation of past performance may be based on the past performance of any parent organization(s) or member organizations in a joint venture, or other similar entity. Past performance of predecessor companies resulting from mergers and acquisitions may also be considered.

SubmissionRequirements : 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 recommendation.

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: Demonstrate 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 and 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 the New England Region, and describing the firm's ability to provide at least 35% of overall design services from an office within the geographical area (New England).

THE A/E OF RECORD HAS UP TO 45 CALENDAR DAYS AFTER AWARD OF THE CONTRACT TO ESTABLISH A PRODUCTION CAPABILITY WITHIN THE GENERAL GEOGRAPHIC 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 (ex: PPIRS), 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;

Note: All Request for Information (RFI) must be submitted by March 16, 2018.

Interested teams that have the qualifications to meet the requirements identified above are invited to submit two (2) hard copies and three (3) CD's or Thumb Drives of Standard Form 330 (which can be found at www.gsa.gov/forms or attached) no later than 3:00PM Eastern Time on April 5, 2018. Please provide only the information requested; supplemental information will not be evaluated.

The two (2) hard copies and three (3) CD's/Thumb Drives, that include PDF copies of all of the required documents, must be sent to:

GSA PBS Region 1

10 Causeway Street, Room 1100

Boston, MA 02222

Attn: Carolyn Weekes

Brian Burns, the Contracting Officer at brian.burns@gsa.gov

Carolyn Weekes, the Contract Specialist at carolyn.weekes@gsagov

Firms are required to state that the removable media was scanned for viruses at the time it was created and that none were found.

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.

The prime contractor must be registered in the System for Award Management (www.sam.gov).

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

Overview

Response Deadline
July 21, 2019, 4:00 p.m. EDT (original: April 5, 2018, 4:00 p.m. EDT) Past Due
Posted
March 5, 2018, 3:19 p.m. EST (updated: Sept. 19, 2018, 3:46 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island and Vermont USA
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
85% of obligations for similar contracts within the Public Buildings Service were awarded full & open.
On 3/5/18 PBS Region 2: Northeast and Caribbean Region issued Synopsis Solicitation 47PB0018N0001 for Architectural and Engineering Indefinite Delivery Indefinite Quantity (IDIQ) for New England due 7/21/19. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541330 (SBA Size Standard $25.5 Million) and PSC C.
Primary Contact
Title
Contract Specialist
Name
Carolyn Weekes   Profile
Phone
(617) 565-5059
Fax
(617) 565-7147

Secondary Contact

Title
Branch Chief
Name
Brian A. Burns   Profile
Phone
(917) 675-0442
Fax
None

Documents

Posted documents for Synopsis Solicitation 47PB0018N0001

Question & Answer

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation 47PB0018N0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 47PB0018N0001

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 47PB0018N0001

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R2 CAPITAL CONSTRUCTION BRANCH
FPDS Organization Code
4740-DT000
Source Organization Code
100167219
Last Updated
July 16, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 16, 2019