BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Boston, Massachusetts. Contact the soliciting agency for additional information.

The General Services Administration (GSA), Public Buildings Services (PBS) Office of the Design and Construction, under the Office of the Chief Architect within GSA's Central Office is seeking services of multiple contractors to provide Seismic and Structural Engineering Services. The planned services are national in scope supporting projects, on an as needed basis within three (3) distinct geographic zones, encompassing eleven (11) GSA regions and the GSA Central Office. This synopsis is intended to result in multiple single awards. Contracts will be set-aside for 100% small businesses. PROJECT DESCRIPTION: The contractor shall provide professional engineering services to perform studies on existing properties, leases spaces, and new buildings. There is a need to determine the safety of structures with regard to seismic and associated progressive collapse hazards. To determine the building's safety, studies and reviews must be conducted by structural engineers that are specialists in these specific areas. In addition, the firms provide a needed pool of engineers to support the Government engineers for response to natural hazards such as earthquakes, wind storms and floods. The level of services required from the Contractor may vary, depending on GSA's needs throughout the life of the contract. All work will be performed based on firm, fixed price task orders issued, as needed, under the basic contract for services. The fixed price of these task orders shall include the cost for all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided). Further, the Contractor shall plan, schedule, coordinate, and assure effective performance of all services described in the respective task order. The types of work required may include, but not limited to, the following: Preparation of seismic hazard reports and evaluation of existing buildings (including historical buildings). Risk Assessment and Risk Analysis to determine the seismic risk of Government owned and leased facilities. Two and three dimensional computer modeling and analysis of seismic effects/events. Engineering peer reviews on projects designed by others. Pre-design and pre-purchase surveys. Analytical Evaluation of primary systems and non-structural components. Preliminary design, recommendations, and the preparation of reports for repair and strengthening of various buildings. ATC 20 post disaster assessment experience and firm availability to respond to an event. Seismic resistant design, including associated progressive collapse analysis. Assessment of earthquake related geotechnical hazards and recommendations to limit risk. General Structural Engineering Design and Analysis Cost Estimating. OBJECTIVE: The objective of this SOW is to procure the services of three (3) Contractors to provide structural and seismic engineering services to manage national needs when circumstances dictate, with each Contractor being responsible for a distinct geographic zone. REQUIRED SKILL/QUALIFICATIONS: The services of qualified engineering firms are required to support this effort. The following disciplines are required: Seismic Design and Evaluation Structural Engineering Geotechnical Engineering Cost Estimation The contract will be made to the most technically qualified Architecture-Engineering (A-E) firms in the United States using FAR Part 36 and the Architect-Engineer Brooks Act procurement procedures The Government intends to award up to three (3) National Indefinite Delivery - Indefinite Quality (IDIQ) contracts pursuant to procedures established by the Brooks Act and FAR Subpart 36.6, with a base year and four (4) one-year options, for a total of five (5) years This requirement will be 100% Set-Aside for Small Businesses. Each contract would be nationwide in scope (i.e. all States and US Territories). DELIVERABLES: The specificity of the required deliverables will be defined at the issuance of specific project requirements issued as task orders on a case-by-case basis. DELIVERY SCHEDULE: The schedules for the delivery of cost estimates or other services as required will be defined in specific statements of services upon. LOCATIONS: The geographic zones are defined as follows: Eastern Zone - GSA Regions 1, 2, 3, 4, 11, and Central Office Central Zone - GSA Regions 5, 6, 7, and 8 Western Zone - GSA Regions 9 and 10 The GSA Regions are (1) New England, Boston, MA; (2) Northeast & Caribbean, New York, NY; (3) Mid Atlantic, Philadelphia, PA; (4) Southeast-Sunbelt, Atlanta, GA; (5) Great Lakes, Chicago, IL; (6) The Heartland, Kansas City, MO; (7) Greater Southwest, Fort Worth, TX; (8) Rocky Mountain, Denver, CO; (9) Pacific Rim, San Francisco, CA; (10) Northwest/Arctic, Auburn, WA; and (11) National Capital, Washington, DC. Central Office, Washington, DC may also use these services. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance: CRITERIA I: PROFESSIONAL QUALIFICATION AND EXPERIENCE OF FIRMS AND KEY PERSONNEL (35%) The evaluation and selection will be based on the professional qualifications and relevant experience of the team and individuals. Qualifications must demonstrate unique knowledge in the field of structural, seismic, and geotechnical engineering. Firms should describe the time commitment of key members to projects. Seismic designer qualifications: Contractor's personnel shall have formal training in Structural dynamics and experience in the design and retrofit of structures for the effects of earthquakes on structural systems and engineering analysis. The Contractor shall be familiar with and be capable of using industry standard computer codes, and be knowledgeable in both linear elastic and non-linear analysis methodologies. CRITERIA II: SPECIALIZED EXPERIENCED AND TECHNICAL COMPETENCE (30%) Familiarity with GSA, Federal, NEHRP and national seismic codes, standards and guidelines; Familiarity with dynamic response of buildings to seismic forces; At least five (5) years demonstrated experience of design of new high rise buildings (IBC definition); Experience with existing (historical) buildings in regions of high seismicity; Experience with existing (historical) buildings; Familiarity with behavior of non-structural elements under seismic loads; Develop Risk Assessment and Risk Analyses; Structural Testing; and ATC 20 Post disaster assessment experience. CRITERIA III: CAPABILITIES OF FIRM (20%) Firms shall specify which geographic zone they are capable of performing services within and demonstrate this in their capability statement. The Engineers principal office for the IDIQ contract must be located within the geographic zone, or the firm must demonstrate the presence of a branch office within the geographic zone that has been operational for a minimum of two (2) years prior to the date of this announcement. Key personnel listed in Criteria I must physically reside in the geographic zone. The team must also demonstrate the capability to work nationally. Demonstrate the capacity to mobilize and perform post disaster assessments in response to an event. CRITERIA IV: PAST PERFORMANCE (15%) The evaluation and selection will be based on the contractor demonstrating their past performance in providing Supplemental Seismic/Structural design services with respect to GSA, or other Federal Agencies such as VA, DOD, or FAA. Factors include: Capacity to accomplish the work in required time frames; and Evidence of previous project management performance, quality control, coordination, scheduling and cost control. SELECTION INTERVIEW REQUIREMENTS: The selection employs a process to develop a short list of approximately 5-6 firms using the listed selection factors as criteria. The short listed firms will be invited to make an oral presentation to the Evaluation Board which will make a recommendation based on the selection criteria of 1 firm in each geographic zone that GSA will negotiate with for an IDIQ contract. Specific information for the interviews will be provided after selection of the firms to be interviewed. The physical location of these presentations is TBD. ADDITIONAL INFORMATION: The submittal information must be included in the SF 330 package, (cover letter, attachments, and excess number of pages will be excluded from the evaluation process). TASK ORDERS: Upon award, all services will be procured through the issuance of individual task orders, each defined by a separate scope of work. Contractors will be provided a fair opportunity to be considered for each task order exceeding $3,500 as provided in 48 C.F.R. and FAR Part 16.505. In deciding which Contractor should receive award of a task order, consideration shall be given to: I. The anticipated price or cost of the work to be performed; 2. The Contractor's experience in performing work similar to the services in the task order; 3. Past performance of the contractors under the contract, including quality, timeliness and cost control; 4. Minimum order requirements, if applicable; 5. Existing Contractor workload and the potential for issuance of further task orders to interfere with existing workload; and 6. Other related factors pertaining to the scope of work. The agency reserves the right to request task order proposals from multiple Contractors. PERIOD OF PERFORMANCE: The period of performance for this contract shall be a base period of one-year, plus four (4) option years. The total contract duration is five years. MINIMUM GUARANTEE/MAXIMUM ORDER LIMITATION: A minimum guarantee of $5,000.00 applies to the base year only for ALL contracts. The Maximum Order Limitation (MOL) will vary based on the geographic zone as follows: Eastern Zone - $1,500,000.00 for base year and four (4) option years, estimate of $7,500,000.00 over a period of approximately five (5) years. Central Zone - $1,000,000.00 for base year and four (4) option years, estimate of $5,000,000.00 over a period of approximately five (5) years. Western Zone - $2,000,000.00 for base year and four (4) option years, estimate of $10,000,000.00 over a period of approximately five (5) years. BUSINESS SIZE STANDARD: The North American Industry Classification System (NAICS) Code is 541330, Engineering Services (For small business purposes: $22,500,000.00 in annual gross receipts for a period of three years). This is a 100% Total Small Business Set-Aside. GSA will evaluate small business offers using the evaluation factors referenced above. SUBMISSION OF QUALIFICATIONS: Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting a completed Standard Form 330 - Architect-Engineer Qualifications on or before 12:00 pm Eastern Time on Monday, November 7, 2022, by email to collette.scott@gsa.gov and tyrone.dallas@gsa.gov. All questions must be submitted via email under this project by Friday, October 14, 2022 12:00 pm Eastern Time. (NO TELEPHONE CALLS PLEASE). One copy of the SF 330 submission is required. The SF 330 shall have a page limit of 30 pages. A page is one side of a sheet. Page size shall not be greater than 8.5"x11". SF 330, Parts I and II, including any supplemental information necessary to further address the selection criteria. The following information shall be on the outside of the sealed envelope(s): 1) Solicitation Number/Title, 2) Due Date and, 3) Closing Time. Only films responding by the specified time will be considered for selection. Late responses are subject to FAR 52.214-7. Contractors must be registered in the System for Award Management (SAM) database prior to award of contract. Lack of registration in the SAM database will make a contractor ineligible for award. To register online, visit the SAM Internet site: https://www.sam.gov. Contracts will be procured under the Brooks Act of 1972 (Public Law 92-582) and FAR Part 36.6. This is not a Request for Proposals. The method of contractor selection has not been determined at this time.

Conceptual

Military

$22,500,000.00

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
530
Active Projects
287
Bidding Soon
4,109
All Active Projects
1,663
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

May 8, 2023

May 8, 2028

img_map_placeholder

Multiple Locations, Boston, MA

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.