Oklahoma Bids > Bid Detail

Supplemental Architecture and Engineering Services for Oklahoma

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159532261779039
Posted Date: Sep 13, 2023
Due Date: Apr 28, 2022
Solicitation No: 47PH0822R0008
Source: https://sam.gov/opp/88ae851139...
Follow
Supplemental Architecture and Engineering Services for Oklahoma
Active
Contract Opportunity
Notice ID
47PH0822R0008
Related Notice
47PH0822R0008
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R7 - PROGRAM SUPPORT BRANCH
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Sep 13, 2023 02:26 pm CDT
  • Original Published Date: Mar 29, 2022 01:20 pm CDT
  • Updated Date Offers Due: Apr 28, 2022 03:00 pm CDT
  • Original Date Offers Due: Apr 28, 2022 03:00 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 14, 2023
  • Original Inactive Date: Apr 29, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C211 - ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    OK
    USA
Description View Changes

Award Details





Contract Award Date: September 13, 2023

Contract Award Number: 47PH0823D0003

Contractor Awarded Unique Entity ID: EQSVJGTCL921

Contractor Awarded Name: BENHAM DESIGN, LLC.

Contractor Awarded Address: 14000 QUAIL SPRINGS PARKWAY STE 500., OKLAHOMA CITY, OK 73134-2620 USA

Base and All Options Value (Total Contract Value): $15,000,000.00



____________________________________________________________________________



The Purpose of Amendment 0001 is to provide questions and answers (Q&A) that were submitted through email or asked in the Preproposal Conference held on April 12, 2022 at 10a.m. CST for Synopsis/Solicitation Number 47PH0822R0008. All other terms and conditions remain in full force and effect

___________________________________________________________________________________



1. CONTRACT INFORMATION:





a. General. The General Services Administration (GSA) is soliciting Architectural and Engineering (A-E) services for the Oklahoma Zone. This acquisition is being procured in accordance with Public Law (PL) 92-582, formally known as the Brooks Act as implemented in the Federal Acquisition Regulation (FAR) Subpart 36.6. The firm selected for negotiation will be based on demonstrated competence and qualifications for the required work. This procurement is unrestricted.





Proposals will be evaluated using the cascading method in which proposals received from small businesses will be evaluated first to determine whether there are at least three small businesses capable of performing the requirement. If the evaluation board concludes that there are less than three (3) technically acceptable proposals from small businesses, then the board will evaluate all the proposals received, including any technically acceptable proposals received from small businesses.



This announcement is open to all businesses regardless of size as stated above. If a large business is selected for this proposed contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. The subcontracting plan is not required with this submittal. The North American Industrial Classification System Code (NAICS) applicable to this project is 541310, Architectural Services, which has a size standard of $8 million in average annual receipts. GSA proposes to award one Indefinite Delivery, Indefinite Quantity (IDIQ) contract for supplemental A-E services for the Oklahoma Zone. The secondary contract areas will be the States of Arkansas, Louisiana, New Mexico, and Texas.





This IDIQ contract will be negotiated and awarded for one (1) one-year base period and four (4) one-year option periods. The minimum guaranteed contract amount is $1,000 for the base year only. There is no limit on the number of task orders or the size of a project; however, the total cumulative task orders amount shall not exceed $15 million for the entire five-year contract period.





b. Contract Award Procedure: To be eligible for contract award, a firm must be registered via the SAM Internet site at http://SAM.gov. The Government will not indemnify the firm against liability involving asbestos or other hazardous materials, that is, no clause holding the firm harmless will be included in the contract. A Firm-Fixed-Price (FFP) IDIQ contract will result from this solicitation, including profit, overhead and hourly rates for anticipated disciplines and for use in negotiating FFP task orders. Missing one (1) required element will be grounds to determine the firm as non-responsive and be eliminated from further consideration. A Supplemental A-E Lookup Table for pricing task orders for projects with an estimated construction cost of up to the GSA prospectus level will be included in the contract. The Government will use the fixed price amount in the Lookup Table which will be a function of project size, type, and complexity. The Lookup Table will be in addition and included with the A-E’s Request for Proposal. The GSA prospectus level at the time of this synopsis posting is $3,375,000. If the prospectus level changes at any time during the base year or during any of the option years, the contract will be modified accordingly to reflect the most updated prospectus level and the revised lookup table will be provided to the A-E. The ordering Contracting Officer is not required to use the lookup table and may determine it in the best interest of the Government to price an order using an alternate method. The chosen method will be specified in the task order Request for Proposal.





c. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual task orders. The A-E shall furnish all services, materials, supplies, and supervision required to fully complete each task order.





d. Pre-Proposal Conference: A pre-proposal conference for this synopsis will be held on April 12, 2022 from 10:00 AM -11:00 AM Central Standard Time. You can join via google meets link: meet.google.com/yfa-czqz-eri or by phone at the following call-in number (US) +1 609-701-1356 PIN: ‪123 468 280#. The purpose of the conference is to explain the requirements and answer questions from potential Offerors.





Please Note:




  1. Pre-Proposal Questions/Inquiries submitted shall include the solicitation number “47PH0822R0008” within the subject line.



2. The deadline for the Pre-Proposal Questions/Inquiries submission is COB April 12, 2022.



3. Questions are to be submitted to jazzmin.burton@gsa.gov.







2. PROJECT INFORMATION: The A-E firm selected shall primarily provide professional design services with advanced estimating for repair, replace and alteration projects in Federal Office Buildings, Federal Courthouses and Land Ports of Entry. “Design” primarily includes project site observations, design in phases, construction documents, design clarifications and record drawings. "Estimating" primarily includes budget estimates, market analysis, detailed construction estimating in phases and bid technical analysis. More than 50% of GSA owned buildings qualify for historic designation. Estimates are required to be within +/- 5% and must have shell and tenant improvement breakdowns. Construction cost on the majority of projects is less than Prospectus level (currently $3.375 million). Disciplines required in task orders will primarily be architectural, mechanical, electrical, fire/life safety, estimating specialist and sometimes structural. While these building types, tasks, disciplines, and expertise are needed for a significant percentage of orders, other building types, tasks, disciplines, and expertise will be required. Therefore, adaptability should be demonstrated.





Other tasks and related disciplines include the full range of building sciences that Architects and Engineers can provide such as detailed project inspections, project investigations, pre-planning services, design programming, optimizing design selections, feasibility studies, sustainability, risk assessments; civil design, boundary and topographical surveying, pavement rehabilitation; energy conservation audits, equipment load measurements; blast resistance studies, seismic studies, high-wind resistance design, physical security design and historic preservation. Other areas include Cost Management Services for preparation of all forms of budgets, cost modeling, market research, economic studies, multiple stage estimating with specific breakout totals, complex budgetary control with oversight management and analysis. Additional areas include nominal invasive investigation for the building and systems, subsystems, components, equipment, and materials addressing such critical features as building walls/glazing, roofing, HVAC equipment, plumbing, electrical systems; diagnostics expertise required for problem identification and resolution including thermography, acoustic performance, lighting quality, moisture content in material, air/water conditions, contaminant level measurements. Other tasks might be Construction Management and Inspection, construction observation, advanced quality control monitoring with related testing and multi-phased turnover services. Additionally included are commissioning and start-up planning, including forecasting start-up duration, estimating start-up costs, determining start-up objectives, developing technical services requirements for performance standards and goals, start-up with calibration along with obtaining O&M material, plus scheduling and/or supervising O&M training. Post Construction Services, such as performing one-year post-occupancy reporting analysis, facilities performance evaluations, post-occupancy systems management with diagnostics may be included along with assisting GSA in the formulation of lessons learned.





3. SELECTION CRITERIA: Selection Criteria for this acquisition are listed below in descending order of importance.





(a) Quality In Design: All designs are required to achieve excellence in aesthetics and technical design. Information requested for placement in the SF 330, Section H, including the Portfolios and Design Approach Statements, will be evaluated for outstanding talent in both architecture and engineering. Design solutions will be evaluated for above standard talent, application, execution, and performance. Design Approach Statements will be evaluated for the lead designers' demonstrated application of excellence in their designs and commitment to excellence in their profession.





Exceptional designs will receive higher ranking in the respective ranking categories over firms with modest designs. Exceptional designs are designs that demonstrate expertise with issues such as energy conservation, energy modeling, lifecycle cost analysis, sustainability, alternative energy application and related items. In addition, exceptional designs would demonstrate measured, quantified and verifiable documentation of “before and after'' performance of systems will receive a higher ranking in the respective ranking categories over firms espousing adherence to excellence.





Expertise with complex customers such as the U.S. Customs and Border Protection, Courts and U. S. Marshals will receive a higher ranking in the respective ranking categories over firms demonstrating simple experience with moderately complex customers. Consideration will be given for design awards in both architecture and engineering disciplines based on type and relative application.





(b) Experience, Performance, Technical Ability and Professional Acumen: Proposals will be evaluated on the team's demonstrated experience, performance, technical abilities, application of standard of care. Experience with the U.S. Customs and Border Protection, Courts and U. S. Marshals will receive more favorable consideration in the evaluation. Key personnel of the team who will be directly involved in providing the contract services will be evaluated on education, project experience, ability to work in a team effectively, technical ability and other relevant qualifications that will provide for the successful completion of this contract work. Additionally, proposals will be evaluated on such concepts as unique insight, superior judgment, strategic management, risk analysis, pragmatic designs, optimal design selections and other expertise. Past performance/experience will be evaluated based on example projects from the owner point of view. The Government may also use corporate knowledge when evaluating this factor. Also, to be evaluated is the team’s ability to bring projects in on contract budgets +/– 5% and also on tracking/controlling costs.





(c) Management, Organization, Production and Quality Control: Proposals will be evaluated on the overall management philosophy of the team. Plans will be evaluated on team organization, roles, responsibilities, and authorities. Include demonstrated ability to provide high quality design and execute constructible and biddable construction documents while meeting schedules and budgets. Demonstrate how the team can be proactive or responsive to emerging situations; and making midcourse corrections. Consideration will be given for managing inconsistent and unpredictable issuance of task orders. A team quality assurance approach should be provided. Communication plan should demonstrate a commitment to timely communication across the entire project team, including goals, roles, responsibilities, and technology.





(d) Construction Management and Inspection Capability: Proposals will be evaluated on experience and capability of the firm and consultants with respect to Management and Inspection services during the construction phase of the described projects, construction management as agent and construction observation. Also include information on firm’s quality control during construction, communications, cost control and use of specifications to assist in management during construction.





(e) Location in and Knowledge of Geographical Area: The evaluation will consider the team’s ability to accomplish at least 35 percent of the required A/E services by a firm located within the geographical delineated area. The evaluation will also consider knowledge of local conditions within the geographical area including tactical, operational, strategic issues for all areas of construction related to the key disciplines as well as design and bidding. This will include everything from supply, labor force, and weather to the local construction climate’s impact on cost estimating. There will also be consideration given to how key team members can conduct pre-design site review of the proposed work without incurring extra cost to the government for travel.





4. SUBMITTAL REQUIREMENTS





Once the proposal is submitted, and prior to award, any replacements or substitutions of any personnel or consultants may deem your proposal unacceptable. It is critical to propose personnel that have a high level of certainty that they will be available to perform the duties under this contract for the duration of the contract. Any and all changes made after the initial submission of your technical proposal will be re-evaluated for technical sufficiency and may negatively affect the order of your technical rating as initially established.





Interested firms having the qualifications to meet these requirements are invited to submit their proposal using Standard Form 330 along with a letter of interest. Please be specific, provide pertinent and requested information. Vague, relative, and general information will be discounted. Only the recent projects completed within the past five (5) years from the date of the issuance of this solicitation will be considered. Only the top-rated firms will be recommended for interview by the screening board, based solely on their written response to this announcement and reference contacts. Include a Part II (General Qualification) for each firm that is part of the proposed team. While selection will be based on best technically qualified for small repair, replacement, and alteration work; examples may include new, large, or highly complex projects.





SF-330, Section C: Section C may be modified to provide more than six consultants. However, prioritize the consultants and use the first slots for those that are most important to creating the best well rounded team or demonstrate your concentrated areas of expertise. It is recommended that this information be included in Section F as well.





SF-330, Section D: Include an organization chart of the team. Also, enclose Section D within the required Section H Communication Plan.





SF-330, Section E: "Resumes of Key Personnel Proposed for This Contract", Item 13, "Role in This Contract". Only a few individuals in the lead firm and prime consultants will work with the GSA team members on a regular basis. GSA considers these individuals as the “Key Personnel”. Those individuals should be prioritized and placed in the first few pages of Section E with their roles clearly noted in Item 13. Therefore, if the Project Manager is integrally involved in the task orders, he/she might be written in this box as “KEY: PM, lead for all task orders”; or if multiple duty “KEY: PM, In House Hist. Pres., Constructability QA”. CEOs and other executive personnel should not be submitted as “KEY” unless they have direct responsibility for accomplishing the task orders. Important team members or consultants that would have a primary but not regular role can be placed after the initial “KEY” designation. Therefore box 13 could have the designation “Primary Spec Writer and Constructability Coordinator”, or “Historic Preservationist Specialist”, or “Prime: Civil Engineer” or other important team designation. It is required that you include the Lead Architectural Designer, Lead Engineering Designer and the Primary Point of Contact that would be responsible for managing this contract and assigning task orders in Section E. It is recommended that personnel directly responsible for work submitted in Section F should also be included in Section E.





NOTE: SF 330, Part 1, Section E, "Resumes of Key Personnel Proposed for This Contract", Item 13, "Role in This Contract". In addition to the role in this contract, employees should be clearly identified as to whether they are direct or contract employees of the firm they are proposed under.





SF330, Section F: Form may not be modified. As stated in the SF330 provide example projects which best illustrate the proposed team’s qualifications for this contract and provide a brief description of the project and relevance to this contract. Projects should demonstrate ability to successfully accomplish a wide range of project types, sizes, and budgets. At least six (6) out of the ten (10) projects must have construction completed. Three (3) out of the ten (10) must be directly attributable to the Lead Designer. It is important to carefully match example project titles used in different areas of the proposal for clarity. This is particularly true of example projects used in Section F and Section H.





SF330, Section H:





Quality in Design: Submit a portfolio representative of the lead architectural designer’s ability to provide high quality in design (not to exceed 5 projects) and include a design approach statement (not to exceed 2 pages). Each example project should include no more than 3 single sided pages. Photographs, sketches. and drawings are welcome. HVAC Mechanical engineering is considered the primary engineering discipline. Submit a portfolio representative of the lead mechanical designer’s abilities to provide high quality in design (not to exceed 3 projects) and include a design approach statement (not to exceed 1 page). Each example project should include no more than 2 single sided pages and should include project challenges, application of design intent, objective details, performance outcomes, other pertinent facts including verifiable information and other information that can substantiate application. Forensic analyses projects are welcome and can be a separate category. Consideration will be given for facts, metrics, before and after performance data and measurable energy savings. Other disciplines that are exceptional should follow the ME’s write up.





Experience, Performance, Technical Ability and Professional Acumen: Demonstrate the team's experience, performance, technical abilities, and application of standard of care. (In Section E: Provide information on the key personnel who will be directly involved in providing the contract services including education, project experience, ability to work in a team effectively, technical ability and other relevant qualifications.) Indicate team’s capabilities in the areas of unique insight, superior judgment, strategic management, risk analysis, pragmatic designs, optimal design selections and other expertise. Past Performance Documentation (for each sample project submitted in Section F): Provide copies of any performance evaluations or owner review of firm’s performance. Provide owner point of contact including name, title, address, and current phone number, as references may be contacted; provide copies (or listing) of awards, letters of appreciation and commendations. Submit recent past projects budget and bids received to demonstrate team’s ability to bring projects in on contract budgets +/– 5%. Also demonstrate processes for tracking/controlling costs.







Management, Organization, Production and Quality Control: Submit narrative that addresses the overall management philosophy of the team. Plans should include team organization, roles, responsibilities, and authorities. Include demonstrated ability to provide high quality design, execute constructible and biddable construction documents while meeting schedules and budgets. Demonstrate how the team can be proactive or responsive to emerging situations and making midcourse corrections. Describe how your team will manage inconsistent and unpredictable issuance of task orders. Provide your team quality assurance approach. Communication plan should demonstrate a commitment to timely communication across the entire project team, including goals, roles, responsibilities, and technology.





Construction Management and Inspection Capability: Proposals will address experience and capability of the firm and consultants with respect to Management and Inspection services for projects during the construction phase of the described projects, construction management as agent and construction observation. Also include information on firm’s quality control during construction, communications, cost control and use of specifications to assist in management during construction.





Location in and Knowledge of Geographical Area: Proposals will address the team’s ability to accomplish at least 35 percent of the required A/E services by a firm located within the geographical delineated area. The response should demonstrate knowledge of local conditions within the geographical area including tactical, operational, strategic issues for all areas of construction related to the key disciplines as well as design and bidding. This will include everything from supply, labor force, and weather to the local construction climate’s impact on cost estimating. Discuss how key team members can conduct pre-design site review of the proposed work without incurring extra cost to the government for travel.





All responsible Architectural or Engineering firms wishing to be considered must submit electronic copies of completed Standard Form (SF) 330 and other pertinent information (see FAR 53.236-2(b)). Your electronic copies can be submitted via email to jazzmin.burton@gsa.gov. It is the submitting firm’s responsibility to verify that the data is received via email. All proposals must be received NLT 3:00 PM Central Standard Time on April 28, 2022. No fax or paper documents will be accepted. Proposals must be addressed to the primary contract specialist. LATE PROPOSALS WILL NOT BE ACCEPTED.





Electronic Submission: Offers must be received by the email address of the GSA Point of Contact (POC) listed herein on or before the date and time established for receipt of offers. The date and time of receipt will be established according to the Government computer system’s documentation showing the exact official time of receipt by the GSA POC listed herein and not by the time the electronic proposal was sent by the Offeror or received by the GSA server. It is the Offeror’s responsibility to ensure proposals are complete and submitted early enough to be received by the GSA POC before the deadline, and to confirm receipt before the deadline. Proposals or portions of proposals which are received by the GSA POC later than the time noted within will be rejected and will not be considered.





NOTE: The maximum file size is 25 MB. GSA has occasionally experienced delays in delivery of emails from the GSA server to an email account. Therefore contractors/offerors need to plan accordingly.





WARNING: Consistent with GAO case law on the issue of “late-is-late rule” related to electronically submitted proposals, GSA will strictly comply with and enforce FAR 52.215-1(c)(3)(ii)(A). Pursuant to GAO’s application of FAR 52.215-1(c)(3)(ii)(A), an electronically submitted proposal that is received late will not be considered unless (1) it is received before award is made, (2) the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition and (3) it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of proposals. FAR 52.215-1 (c)(3)(ii)(A)(1).


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CAPITAL IMPROVEMENTS&IDVS 819 TAYLOR STREET
  • FORT WORTH , TX 76102
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >