Search Contract Opportunities

Roofing, Façade, and Building Envelope Engineering and Design Services   2

ID: 47PD0122R0001 • Type: Solicitation

Description

Posted: Nov. 2, 2021, 10:39 a.m. EDT

REQUEST FOR PROPOSAL
RFP NUMBER: 47PD0122R0001
PROJECT TITLE: Building Envelope AE IDIQ
REQUEST FOR PROPOSAL ISSUE DATE: October 07, 2021
REQUEST FOR PROPOSAL DUE DATE AND TIME: November 08, 2021, 2:00 pm EST
SUBMIT PROPOSAL TO: Paul.Lindinger@gsa.gov and Daniel.Langan@gsa.gov
PROJECT TITLE AND LOCATION

Indefinite Delivery Indefinite Quantity (IDIQ) Contracts for Roofing, Fa ade, and Building Envelope Engineering and Design Services for the GSA Mid-Atlantic Region's North and South Service Area. The North Service Area is Pennsylvania, New Jersey (Sussex, Warren, Somerset,Hunterdon, Mercer, Ocean, Burlington, Camden, Gloucester, Atlantic, Salem, Cumberland, and
Cape May counties), and Delaware. The South Service Area is Maryland (excluding Prince Georges and Montgomery counties), Virginia (excluding the counties of Arlington, Fairfax, Loudoun, Prince William and the cities of Fairfax, Falls Church and Alexandria), and West Virginia.

GENERAL DESCRIPTION OF SERVICES TO BE PROVIDED

Projects will involve engineering and design services for roofing, fa ade, and building envelope alteration work in federal facilities and will generally be for construction projects between approximately $150,000 and $6 million in construction costs. Most projects will involve occupied buildings, many of which are historically significant. The scope of engineering and design services under this proposed contract include, but are not limited to the following:

a) Performing comprehensive studies (with an emphasis on moisture intrusion and physical condition assessment).
b) Development of requirements.
c) Development of design-build RFP packages.
d) Design of building envelope and roofing systems.
e) Building envelope and roofing inspection and construction administration services (includingcommissioning).
f) Sustainable design including waste management and green roofing.
g) Hazardous waste removal as associated with envelope and roofing systems.

Hazardous materials such as incidental asbestos and lead may be encountered in some existing facilities. The A/E's Industrial Hygienist will be required to identify and quantify the types and locations of hazardous materials that may be abated during construction and will be required to provide abatement recommendations. Furthermore, knowledge of airborne pathogen concerns is required.

GSA CAD/BIM DELIVERABLES:
Policy and Drawing Analysis Program (DAP) will be incorporated as requirements into the awarded contract. The DAP is a software utility that generates reports (both tabular and graphical) that are used to aid in the identification of some (but not all) GSA CAD standards compliance issues. The utility is an aid to compliance, but is not guaranteed to work in all versions of AutoCAD
or any other product, and does not make drawings compliant but only to enumerate all issues of noncompliance. The party responsible for producing the drawings is ultimately responsible for compliance with the GSA policy. The Detailed CAD Deliverable Policy may be accessed on the internet at http://www.gsa.gov/midatlanticcadpolicy. The contractor agrees that all CAD, AutoCad drawings and related files, photographs, drawings, renderings, blueprints, specifications and/or other materials generated for use by the contractor on the project, whether in machine readable form or not, shall belong at all times to the General Services Administration (GSA) and shall be delivered to GSA at the times specified and within the schedules contained in the Agreement or at the termination of the Agreement, whichever occurs first.

In addition, certain projects may be designed and constructed in metric, System International (SI) units in accordance with Public Law 100-576, the Omnibus Trade & Competitiveness Act of 1988, the Metric Conversion Act, and Executive Order 12770. GSA's CAD Deliverables Policy and Drawing Analysis Program (DAP) will be incorporated as requirements of the awarded contract(s).

CONTRACT AMOUNT

Total compensation under each contract shall not exceed $6,000,000.00 for the full term of the contract, which includes one base year and four (4) subsequent one (1) year option periods. The amount of $2,500.00 (base year) noted in Block 7 of the SF 252 represents the guaranteed minimum for the term of the contract. The contract is valid for one year from the date of contract
award. Subsequent one-year option periods may be exercised unilaterally by the Government.

The following clauses and documents are hereby incorporated by reference, and shall be considered to have the same force and effect as if they were given in full text.

FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011)

52.219-33 Nonmanufacturer Rule

GSA CAD Deliverables Policy and Drawing Analysis Program (DAP), which are both available at
www.gsa.gov

U.S. Courts Design Guide 2007 and 2016 Facilities Standards (P100), which are both available at
www.gsa.gov

The contractor's Representations and Certifications

52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (OCT
2021) (DEVIATION)

(a) Definition. As used in this clause -

United States or its outlying areas means
(1) The fifty States;
(2) The District of Columbia;
(3) The commonwealths of Puerto Rico and the Northern Mariana Islands;
(4) The territories of American Samoa, Guam, and the United States Virgin Islands; and
(5) The minor outlying islands of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, and Wake Atoll.

(b) Authority. This clause implements Executive Order 14042, Ensuring Adequate COVID Safety Protocols for Federal Contractors, dated September 9, 2021 (published in the Federal Register on September 14, 2021, 86 FR 50985).

(c) Compliance. The Contractor shall comply with all guidance, including guidance conveyed through Frequently Asked Questions, as amended during the performance of this contract, for contractor or subcontractor workplace locations published by the Safer Federal Workforce Task Force (Task Force Guidance) at https:/www.saferfederalworkforce.gov/contractors/

(d) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (d), in subcontracts at any tier that exceed the simplified acquisition threshold, as defined in Federal Acquisition Regulation 2.101 on the date of subcontract award, and are for services, including construction, performed in whole or in part within the United States or its outlying areas.

(End of clause)

The overall objective of this procurement is to conduct an impartial, equitable, and comprehensive evaluation of proposals in accordance with the statement of requirements and award methodology, with the outcome being the selection of the sources that best satisfy the Government's needs. Proposal evaluation is an assessment of the proposal and the offeror's ability to perform the
required services successfully. Competitive proposals shall be evaluated and assessed solely on the factors specified. The relative strengths, weaknesses, and deficiencies supporting the proposal evaluation will be documented in the contract file. The non-price factors are listed in descending order of importance:

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, both individually and collectively as a team, in the type of work required, or evidence of similar relevant experience to the tasks described above, and in:

Performing comprehensive studies focused primarily on moisture intrusion and physical condition assessment of roofs, exterior walls, fenestration, windows, doors and sub-grade foundations. Other experience of note include work involving plazas and subgrade parking. A/E team must include an experienced safety engineering partner for infrequent fall protection and security engineering for pre-blast assessments for window systems projects.
Development of requirements.
Development of design-bid-build and design-build RFP packages.
Design of building envelope and roofing systems.
Building envelope and roofing inspection and construction administration services
(including commissioning).
Sustainable design including waste management and green roofing.
Hazardous waste removal as associated with envelope and roofing systems.
Association with a contractor for restorative work occasionally conducted as part of
destructive surveys for envelope investigations.

Firms shall 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 shall submit no more than five (5) relevant projects that illustrate overall team experience with roofing, fa ade, and building envelopes, or comprehensive analyses of roofing, envelope, and fa ade systems relative to this contract scope. If more than five projects are submitted, only the first five projects listed will be considered by the board. In addition
to Form F of the SF330, each project submission may include up to two additional pages for photos or other information. Projects completed within the last five (5) years may be considered more favorably than projects completed prior to the last five (5) years or still being performed. A/E services for construction projects less than $150,000 will not be considered relevant. There is no
upper limit on the dollar value of construction projects that may be considered relevant, but most A/E services to be performed under this contract will be for construction projects in the $150,000 to $6,000,000 range and, in aggregate, five (5) projects that reflect a firm whose work centers on projects of that size may be evaluated more favorably. Experience with federal buildings, historic buildings, the GSA PBS P-100, and projects involving occupied space, may be evaluated more
favorably.

Criteria 2 - 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 will be evaluated. 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.

Submission Requirements: For each project submitted under Criteria 1, firms shall provide references with points of contact, along with a list of key team members who worked on the project. In addition, firms may provide documentation of design awards and letters of appreciation and/or commendation to demonstrate successful past performance.

Criteria 3 Professional qualifications of the proposed team members assigned to this project. Submission Requirements:

a) Firms shall provide brief resumes of proposed key team members (at a minimum: project manager, architect/lead designer, lead inspector, structural engineer, HAZMAT specialist, and historic preservationist). Resumes should indicate professional qualifications, including education, professional certification and licensure, relevant experience, any specialized expertise, and the
length of service with the firm, and indicate whether the individual is part of the prime firm or a sub-consultant.

b) Resumes submitted should demonstrate the qualifications necessary to successfully inspect, evaluate, and recommend and design commercial building envelope projects. The A/E must be able to provide, via in-house staff or consultants, a project designer for each state who is licensed by that state in accordance with the Environmental Protection Agency asbestos model
accreditation plan (Example - one person may be licensed in NJ and PA states and another person licensed in DE). Experience with historic buildings and Federal buildings will be evaluated more favorably.

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: Firms shall provide a narrative of (1) page in length describing the firm's management approach to delivering multiple, large and small projects simultaneously throughout the geographic region (including managing consultants or subcontractors if applicable). 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 principally involving roofing or envelope designs.

Criteria 5 - Quality Control

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 as well as the ability to handle complex projects will be considered and evaluated. Extent of the firm's previous experience with proposed consultants and demonstrated ability to manage effectively the
prime-consultant relationship will also be evaluated.

Submission Requirements: Firms shall provide a narrative of one (1) page in length 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. This does not require the prime nor team members to be located in the geographic North and/or South Professional Services Branch regions.

Submission Requirements: The firm shall provide a narrative of one (1) page, describing the firm's knowledge of design approaches, construction materials, codes/ordinances, costs, the firm's ability to provide at least 35% of overall design services from an office within the geographical area, and other conditions unique to the geographical region. 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.

Firms are to submit one (1) copies of SF 330 for the prime offeror (SF 330 should also include team's key sub-consultants) addressing the selection criteria information. Firms are to apply page numbers to their proposal. The SF 330 can be found at GSA Forms Library at www.gsa.gov. SF330 submissions should be provided via email to Paul.Lindinger@gsa.gov and
Daniel.Langan@gsa.gov.

Personal interviews will be scheduled for firms slated as most highly qualified for each contract. Firms slated for interviews will be asked to explain management strategies, design team components, quality control (QC) processes, and to discuss possible solutions to hypothetical projects, etc. Elaborate presentations are not desired.f Site visits will not be arranged during this
period. Debriefing requests will not be entertained prior to award of both contracts.

The award will be made to the firm(s) that represents the best value to the government. In accordance with FAR 15.404, price analysis will be used to determine price reasonableness and the offeror's understanding of the work requirements/line items (i.e. unreasonably high prices, as compared to other offers received and the Government Estimate, may indicate the offeror does not
fully understand the requirements/line items of the RFP) and the ability to perform the contract.

SPECIAL ATTENTION SHOULD BE GIVEN TO THE FOLLOWING AREAS OF THE STANDARD
FORM 330:

Part I, Item C: List only the team members including staff professionals who will actually perform the major tasks under this contract.

Part I, Item F(23): Provide a point of contact and telephone number for each project.
Part I, Item F(24): List no more than five projects, not five projects for each form (joint venture/consultants). Indicate which firm performed each of the projects and their specific responsibility and function. Include only relevant projects of similar size and scope to those to be performed under this contract. The relevant projects presented may demonstrate the firm's capability to design complex projects to be constructed in occupied buildings having sensitive tenants. Those projects may show how the firm phased the project to maintain security, noise control, and continued normal operation of the facility.

Part I, Item F(25): Provide a synopsis of the scope of work for each project, stating clearly what tasks were performed by the prime firm.
Part I, Item H: In a narrative format, outline the firm's approach to design, design reviews, quality control, and project management. Include any additional information regarding the firm's qualifications to perform work similar in scope and size to this project. The last entry under
Section H must read I hereby certify that the firm or firms listed in Part I, Item C meet(s) the geographical limitations stated in the synopsis for this contract.

Task orders issued under this contract will include Controlled Unclassified Information (CUI) building information. CUI documents provided under these task orders are intended for use by authorized users only. In support of this requirement, GSA requires the A/E firm and all consultants to exercise reasonable care when handling documents relating to CUI building information per the contract. The efforts required above shall continue throughout the entire term of the contract and for whatever specific time thereafter as may be necessary. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for term of retention. Documents no longer needed shall
be destroyed (such as after contract award, after completion of any appeals process, or completion of work). Destruction shall be done by burning or shredding hardcopies, and/or physically destroying CDs, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software.

REASONABLE CARE:

Limiting Dissemination to Authorized Users. Dissemination of information shall only be made upon determination that the recipient is authorized to receive it.

The criterion to determine authorization is need-to-know. Those with a need-to-know are those
who are specifically granted access for the conduct of business on behalf of or with GSA. This
includes all persons or firms necessary to do work at the request of the Government, such as
architects and engineers, consultants, contractors, sub-contractors, suppliers, and others that the
contractor deems necessary in order to submit an offer/bid or complete the work or contract, as
well as maintenance and repair contractors and equipment service contractors.

Term of Effectiveness. The efforts required above shall continue throughout the entire term of contract and for what specific time thereafter as may be necessary, as determined by the Government. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention.

Written Agreement of Disposal. For all contracts using CUI building information, the contractor shall provide a written statement that he and his subcontractors have properly disposed of SBU building documents, with the exception of the contractor's record copy, at the time of Release of Claims to obtain final payment. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process, or completion of work). Destruction shall be done by burning or shredding hardcopies, and/or physically destroying CDs, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software. The recipient acknowledges the requirement to
use reasonable care, as outlined above, to safeguard the documents, and, if not awarded, the contract (and at the completion of any protest/appeal process) will make every reasonable and prudent effort to destroy or render useless all CUI information received during the solicitation.

SELECTION INTERVIEW REQUIREMENTS

Personal interviews will be scheduled for firms slated as most highly qualified for each contract. Firms slated for interviews will be asked to explain management strategies, design team components, quality control (QC) processes, and to discuss possible solutions to hypothetical projects, etc. Elaborate presentations are not desired. Site visits will not be arranged during this period. Debriefing requests will not be entertained prior to award of both contracts.

SUBMISSION PACKAGE REQUIREMENTS
The SF 330 is limited to 25 double-sided pages. One sheet of paper with text on both sides counts as one page.

Individual sections of the SF 330 example, Criteria 4, 5 and 6) may exceed the length stated in the synopsis/solicitation, but the overall 25-page limitation is firm. Use your business judgement on what aspects of your firm to present within the 25-page limit.

Firms are to submit one (1) copy of SF 330 for the prime offeror (SF 330 should also include team's key sub-consultants) addressing the selection criteria information. Firms are to apply page numbers to their proposal. The SF 330 can be found at GSA Forms Library at www.gsa.gov.

A pre-proposal conference will be held virtually on October 19, 2021 from 1:00 PM to 2:30 PM EST. Attendance for this pre-proposal conference is strongly encouraged for all offerors. At that time the project team will discuss the Solicitation package, scope of work, and any questions and concerns you may have regarding the project.

The conference can be joined via:

Video call link: https://meet.google.com/dtr-ywar-vby
Or dial: (US) +1 314-685-2359 PIN: 685 464 448#

Amendment 0001 dated 10/25/2021. Please see attached for full Amendment 0001.

RFP 47PD0122R0001 Amendment 0001
A pre-proposal conference was held on October 19th, 2021. Attendees of this meeting were as follows:

GSA
Daniel Langan Contracting Officer
Paul Lindinger Contract Specialist
Erik Reitz Architect SME
Yomi Adewale Project Manager
Brian Magargee General Architect
Bryan Barney General Engineer

Attendees:
Wiss, Janney, Elstner Associates, Inc. - Lauren Aguilar and Kimberly Latona
TAM Consultants, Inc. - Timothy A. Mills

WHITNEY Bailey Cox & MAGNANI, LLC - Kellie Reardon, Susan Kolberg

SP Arch, Inc. - Katheen Sherrill
Roofing Resources, Inc. - Scott Jones, Jason Speck and Joseph Cordrey

Raymond Engineering - Anjelica Bernier, Jessica Gugliotta and Mike Ramos

Technical Assurance, Inc. - Christin Holstein and Mason Bufkin

Hoffmann Architects, Inc. - Katherine M. Ferguson

AE7 - Monica Hare
A+E Group JV - Jude Cooney
PWWG Architects - Susan Englert
CxA + BE | Burns & McDonnell - James Yoder
SandHurst AEC - Kwafo Djan

Please note that GSA has recently begun incorporating FAR clause 52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (OCT 2021) (DEVIATION) (Executive Order 14042). The clause was included on page 2 of the Request for Proposal.

No questions will be accepted after October 25th 2021.

Request for Information Questions and Answers:

1. Can you confirm that Small Business Set-Aside FAR 52.219-6 applies to this RFP? A: Yes

2. When you state you have a 25-page limit, but say the 25 pages can be double-sided does this mean you are allowing for 50 total pages? Please clarify. A: Please refer to Request for Proposal page 9 Submission Package Requirements. If the contractor chooses to submit via PDF the pages will read 1-50 pages

3. When you state two additional pages can be added for each project to show photos, will these additional pages with photos be counted against the proposal page count? A: Under Criteria 1 submission requirements page 4 of the RFP it states In addition to Form F of the SF330, each project submission may include up to two additional pages for photos or other information. If the contractor chooses to submit photos and information specific to the photos it is not included in the 25 double-sided pages.

4. Do you want the full SF330, including Sections D (Org Chart) and G (matrix) A: Yes and is included in the 25 pages double-sided pages

5. Can you clarify 25 double-sided pages if this is a PDF? Does that mean only 25 pages, or is it a total of 50 pages? A: Refer to the answer for question #2

6. Are you wanting us to submit SF330 Part II's for each office used and subconsultant office? Can these not be part of the page count? A: Yes for each office(s) used. Yes for subconsultant office(s) and any other office location that will be doing the work. These will be included in the page count.

7. Is it safe to assuming you do not what covers, cover letters, table of contents because of the limited page limit? A: If a contractor chooses to submit covers, cover letters and table of contents they will not be included in the 25 double-side pages.

8. If a team is selected for the North Region, may they also get assignments in the South Region (and vice versa)? A: Over the five year term of the contract there is a possibility the firm of the North Region may be tasked in the South Region, and vice versa.

9. The GSA Form 330 asks for one Part II profile sheet from the prime, one from each team member, and one from each branch office (presumably for each office serving the projects around the geographic region, north or south). With several branch offices of our own, 3-5 specialist team members, team members to cover the entire region, and multiple offices for some team members, this could take up a lot of sides in the submission. We are trying to reconcile items #1 and #2 in Form 330 General Instructions; Can we AND all team members and their branch offices submit our Part II's separately to keep on file at the GSA's offices? And not submit them with the Form 330 package for this IDIQ? A: Part II's should be submitted together in the Form 330 package.

10. Can an award be made to a small business with a large subcontractor? A: Yes

11. There is normally no subcontracting requirement when we award to small businesses So you do not need to include any sub requirement A: There is no subcontracting plan required.

12. Re: Registration in the SAM system are firms required to have a completed SAM registration to respond to the RFQ? A: A firm can submit a proposal while not being registered, but no award can be made to an unregistered firm.

13. Will the potential projects be for GSA owned and operated buildings, or including GSA leased buildings? A: Yes and potential for leased buildings.

14. Is GSA looking to award design/build contracts only which means the offeror must have construction contractors on the team in addition to the A/E team? A: No, this is not a design build contract.

15. Do you have a preference that the project manager be an architect or an engineer for these contracts? A: The PM will be reviewed and rated based upon their qualifications and experience so either an architect or engineer is acceptable.

16. Do you want us to show a project manager licensed in each state, can 1 project manager be licensed in multiple states? A: The offeror is to put together their best team. One PM may be licensed in multiple states. How that is rated will depend upon the balance of the team members' qualifications, company organization, approach to work and the other factors identified in the solicitation.

17. The solicitation states: The A/E must be able to provide, via in-house staff or consultants, a project designer for each state who is licensed by that state in accordance with the Environmental Protection Agency asbestos model accreditation plan (Example - one person may be licensed in NJ and PA states and another person licensed in DE). A: The example is correct.

18. Can you go into more detail on the licensure you are looking for here for each project manager: licensed by that state in accordance with the Environmental Protection Agency asbestos model accreditation plan. Does this mean each project manager must be certified or licensed to perform asbestos, industrial hygiene work? A: No, each project manager is not required to be certified or licensed to perform asbestos, industrial hygiene work.

19. Will GSA consider firms maintaining specialized certifications through the International Institute of Building Enclosure Consultants (IIBEC, Inc.) more favorably? A: The offeror is to present their best team. IIBEC certification is one qualification which team members may possess. While certifications are certainly an advantage they do not replace requisite licenses required to provide professional services.

20. How many projects typically come through each region's IDIQ on an annual basis? A: An estimation based upon recent history would be in the range of 20-30 projects per year. The number and scope of projects to be executed is based upon funding which is allocated at each fiscal year.
21. Does GSA prefer for building envelope / roofing testing services to be provided in-house by the Prime firm? Or is the preference to have these services provided by a subconsultant to the team? A: The offeror is to present their best team members regardless of status being in-house or a subconsultant.

22. Raymond has extensive experience as it relates to the scope of work on this contract. We also carry both professional PE and RA licensure as well as certifications through IIBEC, Inc. (the building envelope industry's leading trade group). Our past performance record with GSA is limited, but we have a significant record of roofing and building envelope projects with other federal, municipal and commercial clients. Can you tell me if the evaluation team will score non-GSA projects lower than GSA projects, even if the scope of work for the non-GSA project is more relevant than the GSA project? A: Criteria 1, under Submission Requirements , indicates Experience with federal buildings, historic buildings...and projects involving occupied space, may be evaluated more favorably.

23. For Section F, 5 project examples will projects for which a key team member (e.g. a building enclosure specialty firm) is prime be evaluated as equal as those for which the submitting architecture firm is prime? Bearing in mind that we want to present examples that maximize participation of as many team members as possible. A: Criteria 1 indicates Recent experience of the design team members, both individually and collectively as a team... . The offeror should provide the best team regardless of status being in-house or a subconsultant.

24. Criteria #1 in the RFQ requests the A/E submitting team to have Association with a contractor for restorative work occasionally conducted as part of destructive survey for envelope investigations. -- Should we include a resume(s) and Part II sheet for that contractor or contractors? If not, where/how should we acknowledge our association with them? A: Yes, provide a resume and Part ll sheet for the restorative work contractor.

25. Re: CAD/BIM Deliverables the Mid-Atlantic CAD policy at the link in the RFQ is dated 2015; have there been updates? A: Currently most submissions are submitted in the ePM system as PDFs. Final submissions typically involve uploading PDFs and AutoCAD files to ePM for review and future reference. The 2015 version of that policy is the current version, no updates available at this time. Any updates, when published, will be on the page linked in the RFQ.

26. Is there an anticipated list or partial list of specific buildings that may need services? i.e. from a forecast, previous study, etc.
A: We do not know of a list of buildings with possible projects that have been planned for the upcoming contract period.

Amendment 0002 dated 10/27/2021. Please see attached for full Amendment 0002.

The request for information date has been extended until November 1st, 2021. No questions will be
entertained after that date.

Request for Information Question/Answer:
1. Assuming the prime is a certified small business, are there requirements for consultants on the
team to be certified as small businesses, too? A: No
2. Will having consultants on a prime's team who are certified small businesses result in more
favorable scoring on the Form 330 evaluation? A: No

Submissions of SF 330 Part II's for subconsultant office(s) and any other office location that will be doing
the work are not included in the page count. This response supersedes the answers to questions 6 in
amendment 0001.

Amendment 0003 dated 11/02/2021. Please see attached for full Amendment 0003.

Request for Information Question/Answer:
1. Part I, Item F(24): Request for Information Question/Answer: Indicate which firm performed each of the projects and their specific responsibility and function. Include only relevant projects of similar size and scope to those to be performed under this contract.
Please double-check the updated GSA SF330 Form. Item F24 is, BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)'. Item F25 is to identify the firm that was involved in that project Firm Name / Location / Role.
Do you want us to list 5 projects total all on one Part F project form page in Section F24, or one project per Part F Form page?
A: Firms are to submit 5 total projects, one from each part F.

2. Part I, Item F(25): Provide a synopsis of the scope of work for each project, stating clearly what tasks were performed by the prime firm.
This is incorrect. Detailed tasks performed and a description of the project is included in the narrative section F(24). Item F(25) field is to identify the firm's role on the project (Prime, Sub, AOR, EOR, etc)/Location/Role. F25 is a limited text field, please confirm the information requested in section F24 and F25 of the updated GSA form from GSA.gov library.
A: The SF 330 can be found at GSA Forms Library at www.gsa.gov. Please follow the instructions on the SF 330 form. Any conflicting instruction included in the RFP or SOW should be disregarded.

3. Part I, Item C: List only the team members including staff professionals who will actually perform the major tasks under this contract. The RFP says to list team members and staff professionals in Part I Item C. This area of the form is for information on subcontracting firms, not individuals. Please advise on format. Do you want us to list the firm information, firm's role, AND individuals in Part I, Item C? Again, this is a limited text field. Part E Resume is to list all individuals, their role on the project, and with their firm name and location.
A: The SF 330 can be found at GSA Forms Library at www.gsa.gov. Please follow the instructions on the SF 330 form. Any conflicting instruction included in the RFP or SOW should be disregarded.

4. Although cover letters do not count towards the 25 page limit, if included will they be reviewed by the contracting review team?
A: The page limit is 25-double sided pages, which if submitted via pdf will read 1- 50 pages. If included, cover letters will be reviewed.

5. Several of our Team Members are NCARB Certified and typically acquire licenses in those states in which they are awarded contract assignments. Will the GSA honor this licensing certification as part of our RFP response?
A: All information included in the Request for Proposal page 5 Submission Requirements paragraphs a and b, is required with the proposal submission.

6. The A/E must be able to provide, via in-house staff or consultants, a project designer for each state who is licensed by that state in accordance with the Environmental Protection Agency asbestos model accreditation plan.
A: Correct

Posted: Oct. 27, 2021, 4:19 p.m. EDT
Posted: Oct. 25, 2021, 4:02 p.m. EDT
Posted: Oct. 7, 2021, 3:36 p.m. EDT

Overview

Response Deadline
Nov. 8, 2021, 2:00 p.m. EST Past Due
Posted
Oct. 7, 2021, 3:36 p.m. EDT (updated: Nov. 2, 2021, 10:39 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Philadelphia, PA 19106 United States
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Signs of Shaping
85% of obligations for similar contracts within the Public Buildings Service were awarded full & open.
On 10/7/21 PBS Region 3: Mid-Atlantic Region issued Solicitation 47PD0122R0001 for Roofing, Façade, and Building Envelope Engineering and Design Services due 11/8/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541330 (SBA Size Standard $25.5 Million) and PSC R425.
Primary Contact
Name
Paul Lindinger   Profile
Phone
(267) 343-6362

Secondary Contact

Name
Daniel Langan   Profile
Phone
(215) 446-4690

Documents

Posted documents for Solicitation 47PD0122R0001

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation 47PD0122R0001

IDV Awards

Indefinite delivery vehicles awarded through Solicitation 47PD0122R0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 47PD0122R0001

Similar Active Opportunities

Open contract opportunities similar to Solicitation 47PD0122R0001

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R3 ACQ MGMT DIV NORTH
FPDS Organization Code
4740-AZ000
Source Organization Code
100176869
Last Updated
Nov. 2, 2021
Last Updated By
paul.lindinger@gsa.gov
Archive Date
Nov. 23, 2021