Pennsylvania Code & Bulletin
COMMONWEALTH OF PENNSYLVANIA

• No statutes or acts will be found at this website.

The Pennsylvania Bulletin website includes the following: Rulemakings by State agencies; Proposed Rulemakings by State agencies; State agency notices; the Governor’s Proclamations and Executive Orders; Actions by the General Assembly; and Statewide and local court rules.

PA Bulletin, Doc. No. 10-187

NOTICES

DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES

Retention of a Professional Design Firm or Firms Project Reference No. FDC-500-915

[40 Pa.B. 626]
[Saturday, January 30, 2010]

Introduction

 The Department of Conservation and Natural Resources (Department), is seeking proposals from interested and qualified professional design firms (Consultant), for an Open-End Contract or Contracts for various architectural, landscape architectural, and engineering design services. The contract or contracts will be for a 12-month period with four 12-month extensions possible. Projects will be assigned on an as-needed basis. The contract or contracts will be managed by the Department's Bureau of Facility Design and Construction.

 The number of Open-End Contracts and the dollar amount of each contract shall be at the discretion of the Department for the first year. The extent of the work for the subsequent 4-years of the contract will be dependent on the availability of additional funds and additional projects for those years, also at the discretion of the Department.

 Letters of Interest will only be accepted from individuals, firms or corporations duly authorized to engage in the practice of professional design. If an individual, firm or corporation not authorized to engage in the practice of architecture and/or engineering desires to submit a letter of interest, said individual, firm or corporation may do so as part of a joint venture with an individual, firm or corporation which is permitted under State law to engage in the practice of architecture and/or engineering in this Commonwealth. The professional design firm may be an architectural/engineering firm, an engineering/archi- tectural firm, an architectural firm with an engineering subconsultant, or an engineering firm with an architectural subconsultant.

Background

 Established on July 1, 1995, the Department is charged with maintaining and preserving the 117 State Parks; managing the 2.1 million acres of State Forest land; providing information on the State's ecological and geologic resources; and establishing community conservation partnerships with grants and technical assistance to benefit rivers, trails, greenways, local parks and recreation, regional heritage parks, open space and natural areas.

 The Bureau of Facility Design and Construction provides multidisciplined facility and infrastructure technical support to the other bureaus in the Department in the areas of project design, project inspections, construction management, contract administration, surveying and other technical advice and consultation. This Bureau is comprised of two Divisions: Design and Field Engineering.

 The Bureau's Design Division is responsible for the development of architectural, landscape architectural, water and sanitary, bridge and roadway, and civil and environmental projects required to support the Department's facility construction and maintenance program. This Division is comprised of five Sections: Architectural Design, Landscape Design, Sanitary and Water Management, Bridges and Road Management, and Civil Design. In addition to project design, staff also provides technical architectural and engineering support and advice to assist field operations in State Parks and State Forests.

 The Bureau also has four field offices: Northcentral Office in Emporium, Western Office in Moraine State Park; Southcentral Office in Shawnee State Park and Eastern Office in Nockamixon State Park. Each office is responsible for providing direct engineering and technical support to the State Parks and State Forests field operations staff in their area. Staff is responsible for project inspection and construction management to ensure contractor compliance with the construction contract documents.

Scope of Services

 The open-ended design services work will primarily be architectural in nature but will also include building related sites, civil, landscape, structural, mechanical, plumbing and electrical. It may occasionally include other related engineering work such as bridges, roadway, alternative energy and utility infrastructure. Project types may include new construction and renovation, alteration, or addition to existing structures, while structure types cover a broad range of facilities typically found at State Parks and may include picnic pavilions, toilet facilities, shower houses, maintenance and storage buildings, visitor centers, and Park and Forest District office and administration buildings.

 Many of the projects may be for buildings less than 5,000 square feet in size and small in terms of project scope. Construction budgets for typical projects have ranged from as low as $25,000 to as high as $7,000,000. The average construction budget is likely to be less than $2,000,000. Consultants should give strong consideration to the typical project size when considering submitting for this RFP.

 The services anticipated under the contract may include project planning, scoping and programming, budget estimating, site visits, existing facility review, assessment, and documenting, geotechnical investigations, site surveys, utility company coordination, cost/benefit analysis, life cycle cost analysis, computer energy and daylight modeling, conceptual design, design development, construction documentation including preparation of drawings and specifications, cost estimating, permit preparation and submission, construction administration including construction submission review and construction inspection, and existing building code and facility condition reviews. Permitting services may include PA UCC building permits, DER Chapter 105 sanitary permits, NPDES permits, erosion and sedimentation control plans, water encroachment permits, storm water management plans, and land development plans.

 Work will be performed with a focus on environmentally sustainable design and construction principles and practices. Projects designed under this contract must achieve a high level of environmental performance, durability and healthy indoor air quality through integrated design and sustainable practices, features and technologies. Designs should implement financially feasible and technologically sound strategies to conserve energy and to surpass current norms for water conservation, waste management and recycling. Furthermore the quality of the indoor environment (including quality of indoor air, light, acoustics and personal controllability of building systems) must be of primary consideration. Sustainability should be incorporated into the earliest design decisions. Projects may require LEED certification through the US Green Building Council.

 Projects will be located throughout this Commonwealth. Travel to the project sites will be required. Project assignment will be through individual project Work Orders. The scope of the Work Order may range from full responsibility for all aspects of the design to a collaborative design effort with Department in-house staff where only one or more specific design disciplines are required. Work Orders may be for a single phase or portion of a project such as conceptual design, or for all phases of the entire project. The work shall be identified in the Work Order by a series of Tasks that encompass the full scope of the project. The number and description of the tasks will vary based on a project's scope and complexity. A typical Work Order will require formal submissions at the end of the Sketch (10%), Preliminary (50%), Pre-Final (95%) and Final (100%) design stages. Complexity may require more or less submissions for certain projects. The Consultant will be required to develop and maintain a detailed project schedule showing all related project tasks including design phases, submissions, review periods and timelines for required permits. The project schedule shall identify the critical path for completion of the project. A Bureau of Facility Design and Construction Project Coordinator will be assigned to each Work Order. The Coordinator may change from project to project. A Performance Review may be performed by the Project Coordinator at the completion of a Work Order and used in assigning additional projects to the Consultant.

 Project fees associated with each Work Order will be negotiated individually within the bounds of the rates, terms and conditions established in the Professional Agreement. Most Work Orders will be negotiated as a lump sum maximum fee for defined tasks; however, some projects may be handled through Time and Expense Work Orders. Direct costs for travel and subsistence, shall be based on the current state rates. The Department will reimburse miscellaneous expenses such as copies, prints, sepias, postage and film at cost upon approval.

 Payment for services on Lump Sum Work Orders shall be made when the work of an individual task is accepted and approved by the Department. Payment for partial task completion will be at the Project Coordinator's discretion. Payment on Time and Expense Work Orders shall be made at most monthly based on actual time expended on the project and expenses incurred.

 The Department's standard contract method is multiple prime, design-bid-build although other nonbid construction methods, including construction by Department staff and volunteer organizations, may be used. The Consultant will be required to prepare construction documents appropriate to the construction method selected by the Department.

 The Consultant will be required to submit project data and documents in both written and electronic form. Drawings will be required to comply with the Department's CAD Standard.

Qualifications

 The Consultant shall have staff available to provide rapid services associated with assigned projects. The Consultant may be called upon to provide services on multiple projects at the same time. The Consultant shall have demonstrated knowledge of the building design and construction method.

 The following minimum qualifications will be expected of all Consultants:

 • Possess current professional registrations required to perform the required services.

 • Be licensed to conduct business in the Commonwealth.

 • Have sufficient staff or subconsultants experienced in the various required services.

 • Have an established quality control and assurance program for checking documents for accuracy, consistency, coordination, quality and compliance with all necessary codes and regulations.

 • Have specialized experience in the field of sustainable building design and a demonstrated ability to comprehensively integrate the concept of sustainability into the project.

 • Have LEED certified designers as current members of staff and available for assigned projects.

 • Have design capabilities in digital format. (AutoCAD)

 • Have the ability to produce 3-dimensional drawings in AutoCAD to further illustrate design intent.

SPECIAL PROVISIONS CONCERNING DISADVANTAGED BUSINESSES AND ENTERPRISE ZONE BUSINESSES FOR
REQUESTS FOR PROPOSALS

Disadvantaged Business Information

 The Commonwealth encourages participation by Small Disadvantaged Businesses as prime contractors, joint ventures, and subcontractors/suppliers, and by Socially Disadvantaged Businesses as prime contractors.

 Small Disadvantaged Businesses are small businesses that are owned or controlled by a majority of persons, not limited to members of minority groups, who have been deprived of the opportunity to develop and maintain a competitive position in the economy because of social disadvantages. The term includes: 1) Department of General Services Bureau of Minority & Women Business Opportunities (BMWBO)-certified Minority Business Enterprises (MBEs) and Women Business Enterprises (WBEs) that qualify as small businesses; and 2) United States Small Business Administration (SBA)-certified Small Disadvantaged Businesses (SDBs) or 8(a) small disadvantaged business concerns.

 Small businesses are businesses in the United States that are independently owned, are not dominant in their field of operation, employ no more than 100 persons, and earn less than $20 million in gross annual revenues ($25 million in gross annual revenues for those businesses in the information technology sales or service business).

 Socially disadvantaged businesses are businesses in the United States that BMWBO determines are owned or controlled by a majority of persons, not limited to members or minority groups, who are subject to racial or ethnic prejudice or cultural bias, but which do not qualify as small businesses. For a business to qualify as ''socially disadvantaged,'' the offeror must include in its proposal clear and convincing evidence to establish that the business has personally suffered racial or ethnic prejudice or cultural bias stemming from the business person's color, ethnic origin or gender.

 Questions regarding this Program can be directed to the Department of General Services, Bureau of Minority & Women Business Opportunities, Room 611, North Office Building, Harrisburg, PA 17125, gs-bmwbo@state. pa.us, (717) 787-6708, fax (717) 772-0021.

 Program information and a database of BMWBO-certified minority- and women-owned businesses can be accessed at www.dgs.state.pa.us, Keyword: BMWBO. The Federal vendor database can be accessed at www.ccr.gov by clicking on Dynamic Small Business Search (certified companies are so indicated).

Information Concerning Small Businesses in Enterprise Zones

 The Commonwealth encourages participation by small businesses whose primary headquarters facility is physically located in areas designated by the Commonwealth as Designated Enterprise Zones, as prime contractors, joint ventures and subcontractors/suppliers.

 Small businesses are businesses in the United States that are independently owned, are not dominant in their field of operation, employ no more than 100 persons and earn less than $20 million in gross annual revenues ($25 million in gross annual revenues for those businesses in the information technology sales or service business).

 There is no database or directory of small businesses located in Designated Enterprise Zones. Information on the location of Designated Enterprise Zones can be obtained by contacting Aldona M. Kartorie, Center for Community Building, Department of Community and Economic Development, 4th Floor, Keystone Building, 400 North Street, Harrisburg, PA 17120-0225, (717) 720-7409, fax (717) 787-4088, akartorie@state.pa.us.

Disadvantaged Businesses Information

 To receive credit for being a Small Disadvantaged Business or a Socially Disadvantaged Business, entering into a joint venture agreement with a Small Disadvantaged Business, or subcontracting with a Small Disadvantaged Business (including purchasing supplies and/or services through a purchase agreement), a company must include proof of Disadvantaged Business qualification in the Disadvantaged Business submittal of the proposal:

 a) Small Disadvantaged Businesses qualifying as a result of MBE/WBE certification from BMWBO must provide a photocopy of their BMWBO certificate.

 b) Disadvantaged Businesses qualifying as a result of certification from the United States Small Business Administration as an 8(a) or Small Disadvantaged Business must submit proof of Small Business Administration Certification. The owners of such businesses must also submit proof of United States citizenship.

 c) Companies claiming Small Disadvantaged Business status, whether as a result of BMWBO certification or Small Business Administration certification as an 8(a) or Small Disadvantaged Business, must attest to the fact that the business has 100 or fewer employees.

 d) Companies claiming Small Disadvantaged Business status, whether as a result of BMWBO certification or Small Business Administration certification as an 8(a) or Small Disadvantaged Business, must submit proof that their gross annual revenues are less than $20,000,000 ($25,000,000 for those businesses in the information technology sales or service business). This can be accomplished by including a recent tax or audited financial statement.

 Companies claiming status as a Socially Disadvantaged Business must include in the Disadvantaged Business submittal of the proposal clear and convincing evidence to establish that the business has personally suffered racial or ethnic prejudice or cultural bias stemming from the business person's color, ethnic origin or gender. The submitted evidence of prejudice or bias must:

 a) Be rooted in treatment which the business person has experienced in American society, not in other countries.

 b) Show prejudice or bias that is chronic and substantial, not fleeting or insignificant.

 c) Indicate that the businessperson's experience with the racial or ethnic prejudice or cultural bias has negatively impacted on his or her entry into and/or advancement in the business world.

 BMWBO shall determine whether the contractor has established that a business is socially disadvantaged by clear and convincing evidence.

 In addition to these verifications, this portion of the proposal should include the following information:

 • The name and telephone number of your project (contact) person for the Small Disadvantaged Business(es).

 • The company name, address, telephone number of the prime contact person for each specific Small Disadvantaged Business or Socially Disadvantaged Business included in the proposal. The contractor must specify the Small Disadvantaged Business(es) to which it is making commitments. The contractor will not receive credit by stating it will find a Small Disadvantaged Business after the contract is awarded or by listing several companies and stating it will select one later.

 • The specific work, goods or services the Small Disadvantaged Business(es) will perform or provide.

 • The location where the Small Disadvantaged Business(es) will perform these services.

 • The time frame for the Small Disadvantaged Business(es) to provide or deliver the goods or services.

 • The amount of capital, if any, the Small Disadvantaged Business(es) will be expected to provide.

 • The form and amount of compensation each Small Disadvantaged Business will receive. In the Disadvantaged Business submittal of the proposal, provide the estimated dollar value of the contract to each Small Disadvantaged Business.

 • The percent of the total value of services or products purchased/subcontracted under the proposal that will be provided by the Small Disadvantaged Business(es).

 • In the case of a joint venture agreement, a copy of the agreement, signed by all parties, must be included in the Disadvantaged Business portion of the proposal. If subcontracting, a signed subcontract or letter of intent must be included in the Disadvantaged Business portion of the proposal.

 • Include in the Disadvantaged Business Submittal any and all information concerning the contractor's proposed utilization of small businesses located in Designated Enterprise Zones as required by [Enter Section or Part # of the Enterprise Zone Small Business Utilization Response], Enterprise Zone Small Business Utilization Response.

 The Disadvantaged Business submittal of the proposal must be clearly identified as Disadvantaged Business information and sealed in an envelope separately from the remainder of the proposal. Only one copy of the Disadvantaged Business section is needed.

 The dollar value of the commitment to each Small Disadvantaged Business must be sealed in the same envelope with the Disadvantaged Business submittal of the proposal. The selected contractor's Disadvantaged Business commitment amount, name of the Disadvantaged Business, services to be provided including time frame for performing services will be included as a contractual obligation when the contract is executed.

 Offerors may submit, within the same proposal envelope, alternate proposals for differing utilization of Small Disadvantaged Businesses or Socially Disadvantaged Businesses. For example, a proposal may be submitted by prime contractor with a Small Disadvantaged Business as a subcontractor while an alternate proposal may be submitted by the Small Disadvantaged Business as the prime contractor. If an alternate proposal is offered, it must include separately sealed Technical, Price and Disadvantaged Business submittals for the alternate. The alternate proposal will be scored separately. Only the higher-scored proposal (prime proposal or alternate proposal) will be eligible for participation for Best and Final Offers.

Enterprise Zone Small Business Utilization Response

 To receive credit for being an enterprise zone small business or entering into a joint venture agreement with an enterprise zone small business or subcontracting with an enterprise zone small business, a company must include the following information in the Disadvantaged Business submittal of the proposal:

 • Proof of the location of the business' headquarters (such as a lease or deed or Department of State corporate registration).

 • Confirmation of the enterprise zone in which it is located (obtained from the local enterprise zone office).

 • Proof of United States citizenship of the owners of the business.

 • Certification that the business employs 100 or fewer employees.

 • Proof that the business's gross annual revenues are less than $20,000,000 ($25,000,000 for those businesses in the information technology sales or service business). This can be accomplished by including a recent tax or audited financial statement.

 In addition to these verifications, this portion of the Submittal should include the following information:

 • The company name, address, name and telephone number of the primary contact person for each Enterprise Zone Small Business included in the proposal. The contractor must specify the Enterprise Zone Small Business to which it is making commitments. The contractor will not receive credit by stating that it will find an Enterprise Zone Small Business after the contract is awarded or by listing several companies and stating it will select one later.

 • The specific work, goods or services the Enterprise Zone Small Business will perform or provide.

 • The location where the Enterprise Zone Small Business will perform these services.

 • The time frame for the Enterprise Zone Small Business to provide or deliver the goods or services.

 • The amount of capital, if any, the Enterprise Zone Small Business will be expected to provide.

 • The form and amount of compensation each Enterprise Zone Small Business will receive. In the Disadvantaged Business portion of the proposal, provide the estimated dollar value of the contract to each Enterprise Zone Small Business.

 • The percent of the total value of services or products purchased/subcontracted under the proposal that will be provided by the Enterprise Zone Small Business.

 • In the case of a joint venture agreement, a copy of the agreement, signed by all parties, must be included in the Disadvantaged Business Submittal of the proposal. If subcontracting, a signed subcontract or letter of intent must be included in the Disadvantaged Business Submittal of the proposal.

 The dollar value of the commitment to each Enterprise Zone Small Business must be sealed in the same envelope with the Disadvantaged Business Submittal of the proposal. The selected contractor's Enterprise Zone Small Business commitment amount, name of Enterprise Zone small Business, and services to be provided including time frame for performing services will be included as a contractual obligation when the contract is executed.

Disadvantaged Business Participation

 The following options will be considered as part of the final criteria for selection:

 Priority Rank 1. Proposals submitted by Small Disadvantaged Businesses.

 Priority Rank 2. Proposals submitted from a joint venture with a Small Disadvantaged Business as a joint venture partner.

 Priority Rank 3. Proposals submitted with subcontracting commitments to Small Disadvantaged Businesses.

 Priority Rank 4. Proposals submitted by Socially Disadvantaged Businesses.

 Each proposal will be rated for its approach to enhancing the utilization of Small Disadvantaged Businesses and/or Socially Disadvantaged Businesses. Each approach will be evaluated with Priority Rank 1 receiving the highest score and the succeeding options receiving scores in accordance with the previously-listed priority ranking.

 To the extent that a proposal is submitted by a Small Disadvantaged Business or a Socially Disadvantaged Business, the Small Disadvantaged Business or Socially Disadvantaged Business cannot enter into subcontract arrangements for more than 40% of the total estimated dollar amount of the contract. If a Small Disadvantaged Business or a Socially Disadvantaged Business subcontracts more than 40% of the total estimated dollar amount of the contract to other contractors, the Disadvantaged Business Participation scoring shall be proportionally lower for that proposal.

Enterprise Zone Small Business Participation

 The following options will be considered as part of the final criteria for selection:

 Priority Rank 1. Proposals submitted by an Enterprise Zone Small Business will receive the highest score.

 Priority Rank 2. Proposals submitted by a joint venture with an Enterprise Zone Small Business as a joint venture partner will receive the next highest score for this criterion.

 Priority Rank 3. Proposals submitted with a subcontracting commitment to an Enterprise Zone Small Business will receive the lowest score for this criterion.

 Priority Rank 4. Proposals with no Enterprise Zone Small Business Utilization shall receive no points under this criterion.

 To the extent that a proposal is submitted as a prime contractor by an Enterprise Zone Small Business, the Enterprise Zone Small Business cannot enter into contract or subcontract arrangements for more than 40% of the total estimated dollar amount of the contract.

Contract Requirements—Disadvantaged Business Participation and Enterprise Zone Small Business Participation

 Contracts containing Disadvantaged Business participation must also include a provision requiring the contractor to meet and maintain those commitments made to Disadvantaged Businesses and/or Enterprise Zone Small Businesses at the time of proposal submittal or contract negotiation, unless a change in the commitment is approved by the BMWBO. Contracts containing Disadvantaged Business participation and/or Enterprise Zone Small Business participation must include a provision requiring Small Disadvantaged Business subcontractors, Enterprise Zone Small Business subcontractors, and Small Disadvantaged Businesses or Enterprise Zone Small Businesses in a joint venture to perform at least 50% of the subcontract or Small Disadvantaged Business/Enterprise Zone Small Business portion of the joint venture.

 Commitments to Disadvantaged Businesses and/or Enterprise Zone Small Businesses made at the time of proposal submittal or contract negotiation must be maintained throughout the term of the contract. Any proposed change must be submitted to BMWBO which will make a recommendation as to a course of action to the contracting officer.

 If a contract is assigned to another contractor, the new contractor must maintain the Disadvantaged Businesses participation and/or Enterprise Zone Small Business participation of the original contract.

 The contractor shall complete the Prime Contractor's Quarterly Utilization Report (or similar type document containing the same information) and submit it to the contracting officer of the agency that awarded the contract and BMWBO within 10 workdays at the end of each quarter the contract is in force. If there was no activity, the form must also be completed, stating ''No activity in this quarter.'' This information will be used to determine the actual dollar amount paid to Small Disadvantaged Business and/or Enterprise Zone Small Business subcontractors and suppliers, and Small Disadvantaged Businesses and/or Enterprise Zone Small Businesses involved in Joint Ventures. Also, it is a record of fulfillment of the commitment your firm made and for which it received Disadvantaged Business and Enterprise Zone Small Business points.

 NOTE: EQUAL EMPLOYMENT OPPORTUNITY AND CONTRACT COMPLIANCE STATEMENTS REFERRING TO COMPANY EQUAL EMPLOYMENT OPPORTUNITY POLICIES OR PAST CONTRACT COMPLIANCE PRACTICES DO NOT CONSTITUTE PROOF OF DISAD- VANTAGED BUSINESS STATUS OR ENTITLE A PRO- POSER TO RECEIVE CREDIT FOR DISADVANTAGED BUSINESS UTILIZATION.

Proposal Content

 Proposals must be complete in all respects as required in this section. A proposal will not be considered if it is conditional or incomplete; however, the Department reserves the right to waive any nonmaterial defects or omissions that in the Department's opinion does not constitute an omission of required information.

 Proposals shall include the following items and information:

 • Letter of Interest including the Consultant's Federal identification number and the project reference number.

 • A description of the Consultant's understanding of the Department's needs and the services required. This description shall include why and how the Consultant is qualified to provide these services.

 • A description of the Consultant's project approach and methodology, including the approach to the managerial, technical and administrative aspects of a project. Describe how the scope, schedule, budget and quality of a project are managed and controlled. Address communication and coordination strategies internal to the design team, with the client and with other outside agencies. Describe how an integrated design process is approached and has been used on past projects.

 • A description of the Consultant's sustainable design experience, including specialized knowledge and expertise in as many of the following areas of sustainable design as possible: environmentally sound site design and planning, sustainability performance standards for the building, energy efficiency, water efficiency, indoor air quality, environmentally sound materials, construction waste management and prevention, low maintenance design and materials. Include a description of how sustainable design is made an integral part of the Consultant's building design process.

 • A detailed description of the Consultant's quality control and assurance program, including how subconsultants are included in this program. Describe what steps are taken to assure accurate, fully coordinated construction documents. Provide the name of the person responsible for quality control and describe their qualifications to perform this task.

 • A description of the Consultant's qualifications to complete the required services. Include firm history and experience on similar projects. Describe the resources of the firm, including number/discipline of personnel, ability to respond to schedule acceleration, etc. Describe roles and experience of proposed subconsultants.

 • RÍe Department. Describe their relevant experience, years of experience, what roles they will fill in providing the required services, and percent of time they will be committing to Department-assigned projects. The resumes must include their Professional Education and Professional Registrations and Licenses. Provide resumes of subconsultant's personnel.

 • A description of the Consultant's ability to work on multiple projects of various sizes at the same time.

 • A list of at least three of the Consultant's most recent completed projects similar to the projects anticipated under the contract. In addition to photographs and a descriptive narrative, the list shall include the client, contact person and contact information, the completion date, the estimated or actual total construction cost, the estimated or actual construction cost of the portion of work which the firm designed, the firm's Project Manager, and the names of all of the firm's personnel who made contributions to the project. If the Consultant has experience with LEED projects, at least one LEED project should be added to the list. In addition to the previous information, a summary of the sustainable features, the LEED rating achieved, and a description of the integrated design process shall accompany the LEED project.

 • A standard DGS Form 150-ASP indicating the individual in charge. The Form 150-ASP is available by downloading from DGS Home Page on the Internet at http://www.dgs.state.pa.us/. On the lower left of the web site (Search DGS) type in Form 150-ASP. Written requests for a hard copy of Form 150-ASP should be addressed to the Selections Committee, Department of General Services, 3rd Floor, Arsenal Building, 18th and Herr Streets, Harrisburg, PA 17125. In addition, the Form 150-ASP can be obtained by means of e-mail by addressing your request to: pbianchi@state.pa.us.

 • SERB information in a separate, sealed envelope.

 Additional information may be included in the proposal at the Consultant's discretion if the Consultant feels it is pertinent to the review and evaluation of the Consultant's qualifications.

 Cost or fee information should not be submitted as part of the proposal. Cost and fee information will be requested from Consultants deemed technically qualified and ranked high enough by the technical evaluation and selection process to be reasonably susceptible of being selected for award. Negotiation of these costs and fees between the Department and the Consultant may occur. Failure to reach an agreement on costs and fees may disqualify the Consultant from further consideration and constitute withdrawal from this RFP and forfeiture of any claims related to this RFP.

Evaluation and Selection

 Companies interested in participating in the RFP process must submit qualifications. Selections will be made based on the qualifications of team members and the qualifications of the firm and their subconsultants. The best qualified team of design professionals that meet all parameters established will be selected for the project.

 Each technical Proposal will be reviewed to determine responsiveness. Nonresponsive Proposals will be rejected without evaluation. Responsive Proposals will be evaluated by a Selection Committee, hereinafter referred to as the ''Committee,'' established for this purpose. Such evaluation will be based upon the information provided by the firms. Although not mandatory, the Department reserves the right to conduct interviews with and/or request presentations from any of the Consultants. Interviews and presentations may not be requested of all Consultants. Consultants may be asked to produce additional documentation. Following the review process, firms will receive a final technical ranking.

 The Department reserves the right to investigate the qualifications of any Consultant under consideration including proposed subconsultants and parties otherwise related to the Consultant and require confirmation of information furnished by a Consultant, or require additional evidence of experience and qualifications to provide the services or otherwise discharge the obligations required by this RFP.

 Consultants are advised that the lowest cost proposal will not necessarily be awarded the contract, as the selection will be based upon qualification criteria as determined by the Committee.

 Selected Consultants will be required to execute the Department's Agreement for Professional Services. Failure to agree to the terms of this Agreement will constitute withdrawal from this RFP and forfeiture of any claims related to this RFP. The Department will begin negotiations with the Consultant ranked next qualified by the Committee.

 The Department reserves the right to cancel or modify this RFP. This RFP does not commit the Department to award a contract. The final authority to award a contract rests with the Department.

 Materials submitted with the response will become the property of the Department. No materials submitted will be returned.

 The Committee will evaluate the Proposals against the following criteria:

 • Consultant's experience on past projects of similar scope, type and size.

 • Consultant's staff qualifications, experience, and ability to perform the required services, including available manpower to perform the required services. This includes the qualifications, experience and abilities of subconsultant's staff.

 • Consultant's understanding of the problem and the services required.

 • Consultant's project approach and methodology.

 • Knowledge of and experiences with environmentally sustainable design and LEED accreditation.

 • Consultant's quality control and assurance program and procedures.

 • Equitable distribution of the contracts.

 • SERB participation. (Note: SERB participation is evaluated by the Department of General Services and is not part of the technical review performed by the Committee; however, it is part of the total selection ranking.)

Proposal Format

 Proposals are to be prepared in such a way as to provide a straightforward, concise description of capabilities to satisfy the requirements of this RFP. Proposals shall contain concise written material and illustrations that enable a clear understanding and evaluation of both the capabilities of the Consultant, and the characteristics and benefits of the services being proposed. Emphasis should be concentrated on conformance to the RFP instructions, responsiveness to the RFP requirements, and on completeness and clarity of content.

 Proposals shall not exceed 8 1/2-inches by 11-inches, but may include folded pages of a larger size. Tabbed dividers dividing the information into logical parts with an associated table of contents are encouraged. Proposals shall be bound, or otherwise fastened to keep the pages in the intended order and in an orderly, organized fashion.

Proposal Submission

 Only technical proposals are to be submitted at this time. The scope and fees for individual task orders will be negotiated after the contract is awarded.

 Consultants electing to respond to this RFP are responsible for all costs incurred in the preparation and submission of the proposals; demonstrations; interviews; preparation of responses to questions and requests for additional information; for contract discussions; or for anything in any way related to this RFP. The Department is not liable for any costs incurred by the Consultant in response to this RFP and the Consultant, including all subconsultants and related parties, disclaims and voluntarily and knowingly waives any and all rights to reimbursement for any such costs.

Six copies of the Letter of Interest; six copies of the required forms and one copy of the SERB information must be received no later than 4 p.m. on March 8, 2010. The six copies shall be submitted in six complete sets that are individually bound. The assignment and services will be made to one or more of the firms responding to this notice. However, the Department reserves the right to reject all Letters of Interest submitted, cancel the solicitation requested under this notice, and/or readvertise solicitation for this service.

 Firms interested in performing the required services for the project are invited to submit Letters of Interest to Eugene J. Comoss, P. E., Director, Bureau of Facility Design and Construction, Rachel Carson State Office Building, 8th Floor, 400 Market Street, P. O. Box 8451, Harrisburg, PA 17105-8451. Contact Michael Twigg at (717) 787-2401 for general information concerning the design work.

 The Department disclaims any liability whatsoever to its review of the proposals submitted and in formulating a recommendation for selections. Recommendations made by the Department shall be final.

JOHN QUIGLEY, 
Acting Secretary

[Pa.B. Doc. No. 10-187. Filed for public inspection January 29, 2010, 9:00 a.m.]



No part of the information on this site may be reproduced for profit or sold for profit.

This material has been drawn directly from the official Pennsylvania Bulletin full text database. Due to the limitations of HTML or differences in display capabilities of different browsers, this version may differ slightly from the official printed version.