Architect and Engineering Services IDIQ
SPECIAL NOTICE: RESPONSES MUST BE ADDRESSED TO TRACY.TRONCOSA-MAES@GSA.GOV AND SHIRLEY.ROHMER@GSA.GOV THIS IS NOT A SOLICITATION AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. This is a sources ... SPECIAL NOTICE: RESPONSES MUST BE ADDRESSED TO TRACY.TRONCOSA-MAES@GSA.GOV AND SHIRLEY.ROHMER@GSA.GOV THIS IS NOT A SOLICITATION AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. This is a sources sought notice only. NAICS 541310. This advertisement is seeking interested Small Business certified architectural and engineering firms. Large businesses please do not respond. This announcement seeks information from the industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this notice. The U.S. General Services Administration (GSA) proposes to award a multiple award indefinite delivery, indefinite quantity (IDIQ) contract to perform architectural/engineering and related services in support of the requirements for the facilities of customer agencies of the Special Programs Division (SPD) across the nation. The awards will be divided by geographical zones with one (1) award per zone. In addition to the zone, each award will have a secondary area which includes all states. The awardee must have an established office and license in the zone of award. The zones are as follows: Zone 1: Alaska, Washington, Oregon, Idaho, Montana, Wyoming, North Dakota, South Dakota, Nebraska, Minnesota, Iowa, Wisconsin, Illinois, Michigan, Indiana, Ohio, New York, Pennsylvania, Delaware, Maryland, New Jersey, Connecticut, Rhode Island, Massachusetts, New Hampshire, Vermont, and Maine. Zone 2: Hawaii, California, Nevada, Utah, Arizona, Colorado, New Mexico, Kansas, Oklahoma, Texas, Missouri, Arkansas, Louisiana, Kentucky, Tennessee, Mississippi, Alabama, North Carolina, South Carolina, Georgia, and Florida. Zone 3: District of Columbia, Maryland, Virginia and West Virginia. The A/E shall have an office within fifty miles of the DC Metro area. Scopes of the task orders issued under this IDIQ contract may include, but are not limited to, site investigations, site surveys, Building Evaluation Reports, Feasibility Studies, Facility Condition Assessments, Program of Requirements, Project Development Studies, budget estimating, master planning, concept designs, design intent drawings, construction documents, detailed construction estimating, boundary and topographical surveying, constructability reviews, technical design reviews, electrical systems (including high and low voltage and UPS systems), fire protection systems, mechanical systems, construction management, post construction consulting services, shop drawing review, record drawings, construction phase inspection, and other architectural, engineering and technical services. Firms must have adequate staffing and be able to handle multiple projects in various states across a zone and simultaneously within the United States and its territories. Firms must also be able to provide comprehensive planning and design for Land Ports of Entry (LPOE), on the northern and southern borders of the United States, for example, in addition to comprehensive planning and design for various other agencies and their specific projects and programs, such as various labs. Projects may involve the installation of new technology, the renovation, the expansion, or building of new LPOE's on the northern and/or southwestern border. These projects may range from the Simplified Acquisition Threshold (SAT $150K or less) to over $100M in estimated construction costs. Expedited design and delivery approaches for all types of facilities will be promoted, including prototype concepts design, bundling of projects, prefabricated and modular construction, and use of pre-designed components. Various project delivery methods include, but are not limited to, CMc, traditional design-bid-build, and bridging-design-build, will be used. Disciplines, expertise, and performance with GSA that may be required to accomplish the scopes of the task orders include, but are not limited to, architecture, mechanical, electrical, plumbing, civil, structural, fire protection, life safety, security, blast, risk assessment, vertical transportation, space planning, real estate market analysis, interior architecture, historic preservation, estimating, master planning, report writing, quality control review, scheduling, building surveys, LEED, sustainability, BIM, 3-D rendering, code compliance, and hazardous material removal, signage and environmental graphics, and other disciplines with specialized experience. The selected A/E firms may be required to provide design services that include alternative energy, prefabrication or modular construction, and/or expedited design and delivery solutions. The selected A/E firms may be required to participate in peer review processes. All facilities will be designed in metric units. There will be no limit on the amount paid on individual task orders and no limit on project size; however, the total cumulative task order amount shall not exceed $20 million in any one contract period. The minimum guaranteed contract amount is $1,000 for the base contract period, and the maximum ordering limitation for each option will be $20 million. Firm-fixed price indefinite delivery indefinite quantity contracts will result from this solicitation, including profit, overhead and hourly rates for anticipated disciplines and for use in negotiating firm-fixed price task orders. Experience with the following agencies and facilities may prove beneficial. 1. Health and Human Services (various agencies) •2. Social Security Administration •3. Veterans Affairs •4. Department of Defense •5. Department of Justice •a) Land Ports of Entry •b) Border Patrol stations or facilities •c) Military installations •d) Military air bases •e) Federal office buildings or courthouses •f) Marine/sea ports •g) Sensitive Compartmented Information Facilities (SCIFs) •h) Laboratories to include BLS 3 type •i) Health clinics or facilities Interested small business certified architectural and engineering firms meeting the criteria set forth above, should e-mail shirley.rohmer@gsa.gov and tracy.troncosa-maes@gsa.gov no later than September 5, 2019 4:00 pm Central. In your response, please submit Part Two of the SF330 and a narrative demonstrating your capabilities to perform the work cited herein plus information certifying your firm as a small business. Please limit the narrative to five (5) pages or less.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »