Search Contract Opportunities

IDIQ for Architect/ Engineering Services, GSA Region 9 (AZ, NV, CA, HI)   2

ID: 9P3PSLC181250 • Type: Synopsis Solicitation

Description

Posted: June 28, 2019, 10:25 a.m. EDT

6/28/2019 SHORT-LIST POSTING

The following short-listed A/E Firms have been selected to proceed on to the Stage II Interviews. This short-list is not a ranking; the selected A/E Firms are listed in alphabetical order by Zone.

Zone 1 - States of AZ and NV

Jones Studio, Inc.
205 South Wilson Street
Tempe, AZ 85281

Line and Space, LLC
627 East Speedway Blvd.
Tucson, AZ 85705

Studio MA
4035 E. Indian School Road
Phoeniz, AZ 85018

Triple C - The A&E Group
121 E. Mountain Morning Dr.
Tucson, AZ 85704

Tate Snyder Kimsey (TSK)
314 South Water Street
Henderson, NV 89015

WSM Architects, Inc.
4330 North Campbell Ave., Suite No. 268
Tucson, AZ 85718

Zone 2 - Northern CA

F2G A&E, Joint Venture
1916 McAllister St.
San Francisco, CA 94115

Interactive Resources
117 Park Place
Richmond, CA 94801

K2A Architecture + Interiors
1212 Broadway, Suite 401
Oakland, CA 94612

Line and Space, LLC
627 East Speedway Blvd.
Tucson, AZ 85705

Marcy Wong Donn Logan Architects (MWDL)
800 Bancroft Way, Suite 200
Berkley, CA 94710

RAW International
1075 Creekside Ridge Drive, Suite 200
Roseville, CA 95678

Tectonics
1500 Park Ave., Suite #129
Emeryville, CA 94608

Zone 3 - Southern CA

Development One, Inc.
2020 E. 1st Street, suite 525
Santa Ana, CA 92705

Eric Owen Moss Architects (EOMA)
8557 Higuera Street
Culver City, CA 90232

Griffin Enright Architects
12468 W. Washington Blvd.
Los Angeles, CA 90066

KAL Architects
12 J Mauchly
Irvine, CA 92618

KMA Architecture
2710 Historic Decatur Rd, Suite 201
San Diego, CA 92106

Line and Space, LLC
627 East Speedway Blvd.
Tucson, AZ 85705

Omgivning Architects and Interior Designers
724 South Spring Street, #501
Los Angeles, CA 90042

Paul Murdoch Architects
8820 Wilshire Blvd., #330
Beverly Hills, CA 90211

RAW International
800 South Figueroa Street, Suite 600
Los Angeles, CA 90017

Studio 2G Architects, LLP
1540 Marsh St., suite 230
San Luis Obispo, CA 93401

Tectonics
501 W. Broadway, Suite 210
San Diego, CA 92101

Zone 4 - State of HI and Pacific Territories

Clifford Planning & Architecture LLC
55 Merchant Street, Suite 3020
Honolulu, HI 96813

Hiarchy LLP
1188 Fort Street Mall, Suite 201
Honolulu, HI 96813

Line and Space, LLC
627 East Speedway Blvd.
Tucson, AZ 85705

Mason Architects, Inc.
119 Merchant Street, Suite 501
Honolulu, HI 96813

RAW International
2020 S. King St.
Honolulu, HI 96826

Tectonics
1088 Bishop St., PH-9
Honolulu, HI 96813

Stage II Interviews will be scheduled to occur between July 16 - 26, 2019; interviews will be conducted via teleconference. A notice containing further details regarding the Stage II Interviews will be issued to each of the short-listed A/E Firms.

******

6/6/2019 INFORMATIONAL MESSAGE ONLY - STATUS OF STAGE I EVALUATION SHORT-LIST POSTING:

This informational update is posted to inform interested parties regarding status of the anticipated timeframe for the Short-list posting on FBO as a result of the Stage I Evaluation for Synopsis/Solicitation 9P3PSLC181250.

It is estimated the Short-list of A/E Firms will be posted to FBO between 6/17/19 - 7/10/19. This is an estimated timeframe only and it is the responsibility of A/E Firms to check FBO regularly for the posting of the Short-list.

The names and contact information for the Short-listed A/E Firms who will be invited to participate in Stage II of the selection process will be published on FBO. The publication on FBO will be the only notice for A/E Firms who submitted Stage I qualification packages and are not short-listed will receive.

******

PROCUREMENT DESCRIPTION:

The U.S. General Services Administration (GSA), Region 9, announces an opportunity for excellence in design for public architecture and various design services for projects in occupied Federally owned or leased Office Buildings, Courthouses, and Land Ports of Entry (LPOE's). These projects are to demonstrate the value of true integrated design that balances aesthetics, cost, constructability, and reliability; and create environmentally responsible and superior workplaces for civilian and federal employees.

This is a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) Contract(s) for Architect/ Engineering (A/E) Services covering projects located in the following four (4) geographic zones:

1. Zone 1 - States of Arizona and Nevada

2. Zone 2 - Northern California (California Counties of Del Norte, Siskiyou, Modoc, Humboldt, Trinity, Shasta, Lassen, Mendocino, Tehama, Plumas, Glenn, Butte, Sierra, Lake, Colusa, Yuba, Nevada, Placer, Sonoma, Napa, Yolo, Sutter, El Dorado, Marin, Solano, Sacramento, Amador, Alpine,San Francisco, Contra Costa, San Joaquin, Calaveras, Toulumne, Mono, Inyo, San Mateo, Alameda, Stanislaus, Mariposa, Santa Cruz, Santa Clara, Merced, Madera, San Benito, Fresno, Monterey, Kings, Tulare)

3. Zone 3 - Southern California (California Counties of San Diego, Imperial, Orange, Riverside, Santa Barbara, Ventura, Los Angeles, San Bernardino, San Luis Obispo, Kern)

4. Zone 4 - State of Hawaii and Pacific Territories

Multiple awards may be made as a result of this announcement, and the Government anticipates making between three (3) to eight (8) awards per geographic zone. More awards may be made if necessary to ensure coverage in all zones.

This procurement is a 100% Total Small Business Set aside. Prime A/E Firms must be a small business in order to be considered. Consultants to the prime A/E Firm are not required to be small businesses.

The NAICS code is 541310 - Architectural Services; the Small Business Size Standard is $7.5 million (average annual receipts).

Prime A/E Firms who are interested in performing work in multiple zones must submit a separate Qualification Package for each zone. The prime contract A/E Firms must have a main office and/or branch office located within the applicable geographical zone as of the date proposals are due in order to be considered. Consultants to the prime A/E Firm are not required to have an active office in the geographical zone the prime A/E Firm will be performing. A main office and/or branch office is defined as a non-temporary office from which business is regularly conducted by the prime A/E firm.

At the time of submission of qualification packages, interested Prime A/E Firms must have an active registration in the System for Award Management (SAM), SAM.gov. Active registration must also be complete as applicable if the A/E Firm is a Partnership, Corporation, Association, Joint Venture, or other legal entity.

The awarded contracts will be for a period of one (1) base year with four (4) consecutive one (1) year option periods.

The minimum guarantee will be $1,000 for the base year period only.

The total aggregate Maximum Order Limitation (MOL) per awarded contract, covering the base year period and four (4) consecutive one (1) year option periods, shall not exceed $25 Million.

Task Orders issued under the awarded contracts may range from $10,000.00 to $4,000,000.00 each, and A/E firms will be required to comply with Brooks Act Procedures and applicable 6% Statutory Limitation.

Technical qualification submissions are to be evaluated in accordance with Federal Acquisition Regulation (FAR) Part 36.6, General Services Administration Acquisition Manual (GSAM) Part 536.6 and the Brooks Act Public Law 92-582. Under this process the Government will award to the most highly qualified A/E firms with whom it can negotiate a fair and reasonable price. This is a request for technical qualifications; this is not a request for proposal.

REQUIREMENTS UNDER THE CONTRACT:

A/E firms, and consultants as applicable, are required to be licensed/ registered within the applicable state(s) for each geographic zone they are interested in and must conform to all laws, rules, and requirements of that state governing the profession of architecture or engineering.

The services required under this contract may include, but are not limited to, the following:

1. Comprehensive design services including the preparation of construction documents for new construction of Courthouses and Federal facilities.

2. Comprehensive design services including the preparation of construction documents for repair and alteration, and tenant improvement projects. Typical projects may include repair, improvement and/or remodeling of building interior space, and building systems and features, including but not limited to: interior and exterior finishes, landscaping, civil, mechanical, plumbing, electrical, structural, fire safety, blast, anti-ram, and ballistic protection, elevators, environmental, and roofing components/systems. Project locations/ spaces may include Courthouse and Federal facilities, Historic Buildings, Border Stations, Child Care facilities, Lease locations, Renovation and/or alteration of Fire Protection Systems, Administrative facilities, Warehouses, Road and Parking lots, Walkways, Plazas, and other existing systems and facilities.

3. Preparation of designs, plans, specifications, estimates, record drawings, space planning, technical studies and reports, surveys and construction inspection services for projects. Projects may involve work in specialty areas such as alterations in historic buildings or asbestos abatement work.

4. Professional disciplines required may include architectural designer, landscape designer, mechanical engineer, structural engineer, HVAC engineer, electrical engineer, civil engineer, historic preservation architect, acoustical engineer, blast consultant, interior designer, cost estimator, CAD operator, building information management, fire safety, security systems consultant, asbestos, acoustical, seismic, environmental engineering, energy consultant, telecommunication, building forensics, waterproofing, and geotechnical engineering. These professional disciplines may also assist GSA staff engaged in scope development, shop drawing review, master planning, feasibility studies, programming, interior design, change management, design review, construction administration and inspection, elevator evaluation/design, signage design, and various technical studies including building engineering reports, workplace engagement studies, program of requirements, post occupancy analysis, , historic structure reports, determinations of eligibility, National Register of Historic Places nominations, historic building preservation plans, seismic and structural evaluations, energy studies for design of energy upgrades, roof evaluations, fire safety review/studies, and handicapped accessibility (ABAAS) reviews.

5. Comprehensive project planning services for large new construction and major renovation projects, including surveys of existing conditions and field investigations, site selection and evaluation, planning and program studies, feasibility studies, cost estimates, inventory of existing furniture, fixtures, and equipment, and other services. The budget assessments may include cost analysis as well as cost estimating.

6. Design services may include green/sustainable design with a goal of LEED Certification and SITES Certification for select projects. Other sustainable design requirements may apply, such as the use of recycled and environmentally responsible materials, achievement of energy and water efficiency goals, design for indoor environmental quality, sustainable site design, and sustainable urban design.

7. Other professional services of an architectural or engineering nature, or incidental services, that members of the A/E professions (and individuals in their employ) may logically or justifiably perform, including studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program/project management, conceptual designs, plans and specifications, value engineering, construction phase services, soils engineering, drawing reviews, architectural photography, preparation of operating and maintenance manuals, and other related services.

8. Environmental surveys, reports, studies, and designs for the clean-up, removal, monitoring and/or abatement of asbestos, hazardous/toxic materials and petroleum products.

9. Spatial Data Management (SDM) Program for creating, updating and maintaining spatial data and associated Computer Aided Drawings (CAD) to accurately reflect the federal and leased inventory.

A/E firms must have the ability to provide comprehensive design and post construction contract services, which may include RFI and
submittal reviews.

Firms must be able to perform drafting of above work in a computer system compatible with the latest version of AutoCAD and Building Information Modelling software, and provide construction specifications using the latest version of MasterFormat. The A/E firm must also be able to provide design in both English and metric, as applicable.
Each contract awardee must have the capability to concurrently perform design and engineering work for at least five (5) GSA projects.

In performance of the contract, the selected A/E firm may be required to include on its team the following design disciplines and specialty consultants: architect, electrical engineering, mechanical engineering, plumbing, structural engineering, civil engineering, cost estimating, fire protection engineer, interior designer, historic preservation architect, landscape architect, vertical transportation/ elevator consultant, blast consultant, materials conservation, sustainability, and hazardous materials.

SELECTION PROCESS:

The selection of between three (3) to eight (8) single award A/E IDIQ contracts per geographic zone will be made using a two stage process as follows:

Stage I - The technical qualifications and experience of proposed prime A/E firms will be evaluated from the initial technical proposals, including review of their complete team of engineers and consultants. A short-list will be established of the A/E firms determined to be the most highly technically qualified. The short-listed prime A/E firms will be invited to continue with Stage II of the selection process.
Stage II - Interviews will be conducted with the short-listed prime A/E Firms. The short-listed prime A/E Firms will be ranked and the top-ranked firms will be selected to receive the solicitation and conduct negotiations.

STAGE 1 - SUBMISSION REQUIREMENTS:

Prime A/E Firms that fully meet the requirements described in this notice are invited to submit a qualification package including the following: a cover letter referencing the FedBizOpps announcement and briefly describing the firm and its location, the geographic zone they wish to be considered for, organizational makeup, noteworthy accomplishments, and the proposed working and legal relationship between its components if the A/E Firm is a Partnership, Corporation, Association, Joint Venture, or other legal entity; Acknowledgement of all Amendments posted prior to the closing date; Standard Form 330 Architect Engineer Qualifications; and responses to the submission requirements and evaluation criteria listed below. An A/E Evaluation GSA Selection Panel will evaluate the submissions.

Standard Form (SF) 330 Instructions -

Prime A/E firms are to complete and submit a current Standard Form (SF) 330, Architect-Engineer Qualifications for each geographic zone they wish to be considered for, to include a completed, current SF 330 Part II only for each proposed Consultant/ Subcontractor listed in Section C. Interested firms with more than one (1) office must indicate on their SF 330 the staffing composition of the office in which the work will be performed under the specified geographic zone. All sections of the SF330 must be filled out in their entirety and must address all elements identified under the "Stage 1 Evaluation Criteria".

In addition to the standard instructions provided on the SF 330, the following are supplemental instructions for the SF 330 under this announcement:

Section C: The AE firm should prioritize team members and only provide those that are the most important to creating the most well rounded team.

Section E: The AE firm should prioritize and provide those that best represent the firm's ability to accomplish the requirements of this contract. CEOs and other executive personnel should not be submitted unless they will have direct responsibility for accomplishing the task orders under this contract. It is required that you include the Lead Architectural Designer and the Primary Point of Contact that would be responsible for managing this contract and assigning task orders. It is recommended that the Key Personnel directly responsible for work submitted in Section F should also be included.

Section F: All projects provided should be designed and completed within the last ten (10) years; "designed and completed" means the design work and associated construction work for a submitted project are both to have been completed in the last 10 years. The AE firm may submit the same projects for multiple Evaluation Factors if they address the specified information required for each. The total number of pages provided for each project narrative shall not exceed three (3) pages each; this three (3) page narrative maximum for projects does not include the Questionnaire OR CPARS evaluation to be submitted for each of the three (3) projects for Evaluation Factor 3 - Past Performance. See "Stage 1 Evaluation Criteria" for specific information related to each of the Evaluation Factors. Ensure each project specifically notes which Factor it is being submitted for. Ensure that an accessible owner point of contact including name, title, address, current email address and current phone number is provided. The maximum number of projects that may be identified under Section F are nine (9).

Section G: Indicate Key personnel and Consultant/ Subcontractors who participated in the example projects under Section F.

Section H: Certification is required by the prime A/E firm that they have an active main office and/or branch office located within the applicable geographic area they wish to be considered; the last entry under this section must read "I hereby certify that the prime A/E firm or firms listed in Section C meet(s) the geographic limitations stated in the synopsis for this contract".

All documentation shall be in an 8 1/2" x 11" format, with Arial Font, minimum 10 pitch. The assembled content for the Stage I portfolio shall not exceed seventy-five (75) pages. Brochures or other pre-printed material may be submitted; however they are to be considered as part of the seventy-five (75) page limitation. Submissions may be double-sided where feasible. All assembled pages in the electronic and hard copy submissions shall be continuously numbered, meaning cover pages, interest letters, table of contents, dividers, etc. are to be included in the continuously numbered pages; there are no exclusions allowed in the specified page limitation. Each page is to be numbered; if single sided pages used, they are all to be numbered 1-up to 75, consecutively; if double sided pages used, they are to all be numbered, 1- up to 150, consecutively. Note, due to the fact that pdf files do not count pages as "double-sided", the required electronic submissions may be up to 150 pages, however hard copy submissions cannot exceed 75 single pages/ 150 double sided pages.

Submissions ARE REQUIRED TO BE SUBMITTED ELECTRONICALLY VIA EMAIL by the due date and time followed up with seven (7) hard copies by mail. Prime A/E firms shall submit separate complete portfolios for each geographic zone the firm is interested in being considered for.

Submissions shall be concise, make wise use of recycled/recyclable paper and other materials, and be organized in such a manner that the recyclable materials can be easily removed after use. Printed /copied double-sided documents should be submitted to the extent possible. Limit the use of binders and plastic in hard copy submissions.

STAGE 1 - EVALUATION CRITERIA:

The Evaluation Criteria and associated relative "weight" for each criteria element is as follows:

1. Specialized Experience (30%)
2. Professional Qualifications and Experience of Key Personnel (25%)
3. Past Performance (25%)
4. Knowledge of Locality (10%)
5. A/E Firm's Capacity (5%)
6. Small Business Socio-Economic Categories (5%)

The Evaluation Criteria and submission requirements for each are further described below:
1. Evaluation Factor No. 1: Specialized Experience (30%)

Submit a narrative describing the A/E firm's most relevant experience.
Firms will be evaluated on the strength of submitted specialized experience narratives; the narratives shall address the following areas:

a) Design approach with salient features for each project;
b) How the clients program, function, image, mission, cost control, schedule and operational objectives were satisfied by the overall design/planning solution.
c) Type of work required that may include experience in the following areas:
i. "Design Excellence" projects for GSA, completed in accordance with the "GSA Design Excellence Program" guidelines
ii. Interior Design services
iii. High end public spaces (finishes)
iv. designing project of high complexity involving multiple trade and customer phasing,
v. 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, and familiarity with use of recovered material on construction contracts per FAR clause 52.223-9.
i. Familiarity with security criteria for the safety of personnel in Courthouses, Federal Facilities, and LPOEs, and associated mitigation measures in design and construction, including, but not limited to, standoff distances, blast resistant design and prevention of progressive collapse.
vi. Preparation of Building Evaluation Study or Project Development Study.
vii. High performance energy efficient buildings.
viii. Performance of independent Building Commissioning services as the Commissioning Agent, consistent with LEED requirements, including design phase, construction phase, turnover, and measurement and verification (M&V) phase services.
ix. Commercial programming & workplace strategy studies, interior design services, change management, post occupancy analyses, and furniture, fixtures and equipment (FF&E) design.
x. Experience with historic preservation, use of the Secretary of the Interior's Standards, and conservation of historic material.
i. experience in mechanical, structural, HVAC, electrical, civil, interior designer estimating, Spatial Data Management/CAD, fire safety, elevator/ escalator, historic preservation, asbestos, acoustical, seismic, environmental, energy, telecommunication, cost estimating, surveying/mapping and geotechnical.

Submit a maximum three (3) page narrative for each project, including any photographs and drawings as applicable, for a total of three (3) projects that illustrate specialized experience of projects completed within the last ten (10) years, each having a construction value of $1 million or more. Projects submitted may be for both renovations as well as new construction. A/E firms MUST submit three (3) projects total for this factor, no more and no less.

More weight may be given for firms who submit projects reflecting the A/E firms specialized experience with interior design services, "Design Excellence" projects for GSA, high end public spaces (finishes), and security requirements in Courthouses, Federal Facilities, and LPOE's.

2. Evaluation Factor No. 2: Professional Qualifications and Experience of Key Personnel (25%)

Submit professional qualifications of the proposed key personnel assigned to this project necessary for satisfactory performance of the required services. Qualifications and experience of the prime A/E firm key personnel, including interior designer, will be reviewed first; then the overall proposed team qualifications and experience will be reviewed to ensure they will provide necessary support to the prime A/E firm to perform the required services.

Provide an organizational chart indicating office management, personnel roles, and professional qualifications of the staff assigned to the work. Reflect capability to provide qualified backup staffing for key personnel to ensure continuity of services and the ability to meet unexpected project demands.

Brief Resumes are to be provided of proposed team members, for personnel in the following disciplines:
a) Project Manager/ Lead Project Architect (Individual responsible for Task Orders under the anticipated contract)
b) Designers of Record
i. Principal Architect
ii. Civil Engineer
iii. Structural Engineer
iv. Mechanical engineer
v. Electrical Engineer
vi. Plumbing Engineer
vii. Fire Protection Engineer
c) Historic Preservation Architect
d) Interior Designer

Resumes should indicate professional qualification of team member, including education, professional certification and licensure, relevant experience, any specialized expertise, and the length of service with the firm. Include and clearly identify resumes for individuals who will serve as Lead Project Architect and Lead Project Manager(s), as well as the lead designers in each discipline (whether they are a part of the prime A/E firm or a sub-consultant).
Resumes submitted should demonstrate familiarity with new construction and/or renovation projects in occupied buildings that were completed within the last ten (10) years, each having a construction value of $1 million or more. Resumes should also demonstrate experience on historic buildings, interior design, design excellence on GSA projects, sustainable design, energy conservation, fire protection, hazardous material abatement, elevators, cost management, building security, seismic design, blast design, etc.

A/E firms may submit a maximum of two (2) pages for each team member identified.

3. Evaluation Factor No. 3: Past Performance (25%)

Provide past performance on contracts with Government agencies and private industry which address the following:

a) The A/E's approach to design and project management. Documents the A/E's ability to handle projects with multiple end-users and complex requirements;
b) The team's organization. Describes the extent of the A/E's previous experience with the Proposed consultants and its demonstrated ability to effectively manage the prime- consultant relationship.
c) The team's QC processes for checking and verifying plans and specifications for errors, omissions and quality, documenting design decision, and incorporating and tracking review comments.
d) The team's ongoing communication plan.
e) Projects are provided which demonstrate satisfactory past performance on projects that may include the following:
i. "Design Excellence" projects for GSA completed in accordance with the "GSA Design Excellence Program" guidelines
ii. Interior Design services
iii. High end public spaces (finishes)
iv. 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, and familiarity with use of recovered material on construction contracts per FAR clause 52.223-9.
ii. Familiarity with security criteria for the safety of personnel in Courthouses, Federal Facilities, and LPOEs, and associated mitigation measures in design and construction, including, but not limited to, standoff distances, blast resistant design and prevention of progressive collapse.
v. Preparation of Building Evaluation Study or Project Development Study.
vi. High performance energy efficient buildings.
vii. Performance of independent Building Commissioning services as the Commissioning Agent, consistent with LEED requirements, including design phase, construction phase, turnover, and measurement and verification (M&V) phase services.
viii. Commercial programming & workplace strategy studies, interior design services, change management, post occupancy analyses, and furniture, fixtures and equipment (FF&E) design.
ix. Experience with historic preservation, use of the Secretary of the Interior's Standards, and conservation of historic material.

Submit a maximum three (3) page narrative for each project, including any photographs and drawings as applicable, for a total of three (3) projects completed within the last ten (10) years, each having a construction value of $1 million or more. Include tangible evidence such as certificates, awards, peer recognition, etc., demonstrating design performance. Projects submitted may be for both renovations as well as new construction. A/E firms MUST submit three (3) projects total for this factor, no more and no less.

Additionally, A/E firms MUST submit a Past Performance Questionnaire OR copy of the completed CPARS evaluation for each of the three (3) projects submitted under this Factor. The Questionnaire or CPARS evaluation pages are in addition to the three (3) page maximum narrative specified for each project. The Past Performance Questionnaire to be submitted for this factor is provided as an Attachment to this Notice.

Each project specified is to clearly identify the Project Name, Design Contract Number, Location of Work, Design Contract value, construction value, and accurate client reference information including name, title, address, email, and phone number.
Points of contact provided for projects submitted under other evaluation criteria may be contacted. Additionally, the Government may review and consider reports for prime A/E firms in CPARS for projects that are similar in scope and complexity.

A firm with no record of past performance information shall be evaluated neither favorably nor unfavorably.

4. Evaluation Factor 4: Knowledge of Locality (10%)

The knowledge of local conditions within the geographical zone(s) in which the A/E firm wishes to be considered for contract award, including tactical, operational, strategic issues for all areas of design, as well as bidding and construction related to the key disciplines. This factor also considers the A/E firms familiarity of the applicable geographic areas architectural standards and codes, building codes, environmental regulations, soil conditions, seismic requirements and agency regulations.

Submit a maximum three (3) page narrative for each project, including any photographs and drawings as applicable, for a total of three (3) projects completed within the last ten (10) years, each having a construction value of $1 million or more, describing the firm's knowledge of locality criteria noted above. Projects submitted may be for both renovations as well as new construction. A/E firms MUST submit three (3) projects total for this factor, no more and no less.

5. Evaluation Factor 5: A/E Firm's Capacity (5%)

The capacity of the prime A/E firm 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. Under the anticipated contract, each contract awardee must have the capability to concurrently perform design and engineering work for at least five (5) GSA projects.

Submit a maximum three (3) page narrative, 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 the firm's present workload, to include a complete list of current commitments and active design contracts with fees greater than $50,000.00.

6. Evaluation Factor No. 6: Small Business Socio Economic Categories: HUBZone, SDVOSB, WOSB (5%)

This factor considers a prime A/E firms status as a small business concern in the following socio economic categories: Historically Underutilized Business Zone (HUBZone) Small Business concern; Service-Disabled Veteran Owned Small Business (SDVOSB) concern; Women-owned Small Business (WOSB) concern. Including this factor in the evaluation of the A/E firms will result in a higher evaluation rating being given to firms who fall within one of the specified categories.

Provide proof of the prime A/E firm's small business socio-economic status within the specified categories if applicable. Proof and/or Representation of socio economic status may include, but is not limited to: confirmation that the A/E firms SAM.gov profile accurately reflects current socio economic status; certification from SBA, as applicable.

STAGE II - PROCESS SUMMARY:

The names and contact information for the short-listed A/E Firms who will be invited to participate in Stage II of the selection process will be published on FedBizOpps. This publication will be the only notice for A/E Firms who submit Stage I qualification packages and are not short-listed will receive. Short-listed A/E Firms will be provided more detailed information on the Stage II process.

A/E firms slated for interviews will be asked to present information on the evaluation factors. The primary presenter must be the proposed Project Manager/ Lead Project Architect, with assistance from additional team members as necessary. Interviews will be conducted via teleconference.

Following the technical review and interview process the final selected A/E firm(s) will be requested to provide pricing to include overhead rates, profit rates and hourly rates for the anticipated disciplines for use in negotiating fixed price task orders.

NOTICE TO PRIME A/E FIRMS:

A/E Firms submitting qualification packages under this notice must be a small business firm with a main office and/or branch office in each of the geographic zone(s) they are interested in being considered for. Additionally, failure to address each of the evaluation factors and provide the requested information, in writing, may result in failure to qualify.

It is the A/E firm's responsibility to monitor FedBizOpps for any changes and/or conditions to this announcement.

A/E firms which possess the qualifications to perform the services described in this notice are invited to submit their statement of qualifications, including the Standard Form 330 Architect-Engineering Qualifications, no later than the revised closing date of October 25, 2018, 4:00 PM (PDT). All submissions shall be emailed in their entirety by the closing date and time specified, to Heather Caney at heather.caney@gsa.gov. Email submissions are required; no originals will be accepted by mail without the email submission having already been received. Separate submissions are required for each geographic zone the A/E firms are interested in being considered for. Within one (1) calendar day of the email submissions, A/E Firms shall mail seven (7) hard copies of their statement of qualifications to: GSA - Region 9, Public Building Service - Design & Construction Division, Attn: Joseph Costa, 50 United Nations Plaza, MB# 9, Suite 3427, San Francisco, CA 94102. Mailed submissions are to be postmarked by October 26, 2018.

Email and Mailed submissions are to clearly identify the FBO Synopsis/Solicitation Number and the applicable geographic zone for which the A/E firm is to be considered. Oral communication or faxed submissions will not be accepted. Late responses are subject to FAR 52.214-7.
All questions and comments must be received no later than September 6, 2018, 4:00 PM (PDT). Questions must be submitted in writing via email to Heather Caney, heather.caney@gsa.gov. Questions received after the date specified will not be accepted or responded to. The closing date for questions has passed. All questions received in writing by the closing date and time have been responded to under Amendment 2. NO Additional questions will be accepted or responded to.

Note: This combined Synopsis/ Solicitation 9P3PSLC181250 replaces the following two Synopsis/ Solicitations for AE IDIQ Services previously posted by GSA: 9P3PSLC141036, 9P3PSDC140009.

Posted: June 6, 2019, 2:47 p.m. EDT
Posted: Oct. 9, 2018, 1:29 p.m. EDT
Posted: Oct. 3, 2018, 11:56 a.m. EDT
Posted: Sept. 10, 2018, 1:08 p.m. EDT
Posted: Aug. 8, 2018, 6:44 p.m. EDT

Overview

Response Deadline
None
Posted
Aug. 8, 2018, 6:44 p.m. EDT (updated: June 28, 2019, 10:25 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Various Locations throughout GSA Region 9, covering the states of Arizona, Nevada, California, and Hawaii / Pacific Territories USA
Source
SAM

Current SBA Size Standard
$12.5 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 8/8/18 PBS Region 9: Pacific Rim Region issued Synopsis Solicitation 9P3PSLC181250 for IDIQ for Architect/ Engineering Services, GSA Region 9 (AZ, NV, CA, HI). The opportunity was issued with a Small Business (SBA) set aside with NAICS 541310 (SBA Size Standard $12.5 Million) and PSC C.
Primary Contact
Title
Contracting Officer
Name
Heather A Caney   Profile
Phone
(619) 557-7720
Fax
NA

Documents

Posted documents for Synopsis Solicitation 9P3PSLC181250

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 9P3PSLC181250

Award Notifications

Agency published notification of awards for Synopsis Solicitation 9P3PSLC181250

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation 9P3PSLC181250

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 9P3PSLC181250

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 9P3PSLC181250

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R9 - SAN DIEGO SERVICE CENTER
FPDS Organization Code
4740-KL000
Source Organization Code
100186596
Last Updated
June 28, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 28, 2019