Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2002 FBO #0187
SOURCES SOUGHT

C -- A&E sought for Northern Border Station CM Services

Notice Date
6/5/2002
 
Notice Type
Sources Sought
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development (8PF), Denver Federal Center, 6th and Kipling Streets, Building 41, Denver, CO, 80225
 
ZIP Code
80225
 
Solicitation Number
GS-08P-02-JFC-5000
 
Response Due
7/8/2002
 
Archive Date
7/23/2002
 
Point of Contact
Steve Eckelberg, Contracting Officer, Phone (303) 236-7070 , x260, Fax (303)236-3606, - Steve Eckelberg, Contracting Officer, Phone (303) 236-7070 , x260, Fax (303)236-3606,
 
E-Mail Address
steven.eckelberg@gsa.gov, steven.eckelberg@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
NAICS Code 541330. Set-Asside for Small Business. Size Standard: $4 million annual receipts (average annual gross revenue for the last 3 fiscal years). Supplemental Architect-Engineer contract for various A-E services, primarily architectural and construction management services. PRIMARY SERVICE AREA: Montana and North Dakota. SECONDARY SERVICE AREA: States along the US Canadian border. Contract type and term: Indefinite-quantity task order contract for CM Services for a one-year period with provision for 4 one-year option periods. Contract to start o/a 03/02/00. PRIMARY SERVICES: Construction Management and Inspection, and Cost Estimating. SECONDARY SERVICES: Feasibility Studies including project scope development and master planning; A/E design services; problem analysis; design review; technical studies including Historic Building Preservation Plans, Building Engineering Reports, structural/seismic studies, building code analysis, design programming, environmental impact and assessment studies, and hazardous material surveys. Secondary services may also include design and construction management and inspection of hazardous materials, fire safety, acoustics, security, surveying, geotechnical testing, quality control testing, civil surveys for boundary and topographical, quality checks for primary and secondary services, and hazardous material construction testing and inspection. DISCIPLINES: The services required under this contract shall primarily involve project management; mechanical, electrical, civil and structural; cost estimating and value analysis; hazardous material; seismic; building code evaluation; and construction management and inspection. INDIVIDUAL TASK ORDERS will be issued against this contract. The contract will include profit and overhead rates and hourly rates for anticipated disciplines for use in negotiating fixed-price design task orders that are not covered by the lookup table. For design projects with an estimated construction cost of $2,000,000 or less, the Government will use the fixed price amounts in the Contract Lookup Table for pricing design task orders. This Table will be provided to the CM during the initial contract negotiations. The Lookup Table shall be incorporated into the contract as a mandatory payment provision. For other projects, loaded labor rates inclusive of overhead and profit will be negotiated and included in the contract. The maximum ordering limitation (MOL) will be $750,000/year. There will be no limit to the dollar amount of individual task orders (up to the MOL). The annual guaranteed minimum is $25,000 per year for the base year and $25,000 for each option year. TYPICAL PROJECTS include border stations to house various federal agencies, and the construction management of the construction projects. The majority of these projects are between $75,000 and $10 Million in estimated construction cost. SELECTION CRITERIA: Qualifications submitted by each firm will be reviewed and evaluated based on the following evaluation criteria for selection of the most highly qualified firm: (1) Experience/Past Performance, Types Of Services Provided (Pre-Design, Design, Construction Insp. , Constr. Quality Control, Constr. Mgt., Special), Unit Experience; Similar Projects Experience As Team And/Or Individual Firms -- 40% (2) Capabilities Of Offeror; Resources, Commitment to Projects, On Time Capacity, Schedule Control Capabilities, And History, Cost Tracking Capacity, Cost Control Capability And History --20%. (3) Experience Of Personnel; Individual Expertise, Construction Phase Experience, Design Phase Experience, Specific Experience On Project Management, -- 20% (4) Organization/Management; Management Techniques And Approach, Roles And Responsibilities, Lines Of Authority, Communication, And Decision Making, Office And Staff Roles, Interaction With All Entities Involved., --20 %. SPECIAL REQUIREMENT: All contract personnel entering federal or federally controlled buildings must pass a security clearance check conducted by the Federal Protective Service. When responding to this announcement, firms should fully address their capability, capacity and qualifications with regard to each of the foregoing evaluation factors. The top ranked firms recommended for interview will be evaluated and recommended solely on their written responses to this announcement. Prime contractors assembling a team are cautioned that evaluation will be based on the team, not just the prime firm. Construction Management, Architectural, or engineering firms wishing to be considered must submit completed Standard Forms (SF) 254 and 255 (11/92 revision) and other PERTINENT information. Clearly, specifically and concisely address the evaluation criteria in completing the forms. (The forms are available on the Internet at http://www.gsa.gov/forms.) Other marketing information such as booklets, pamphlets and brochures is neither requested nor desired. In block 8 of the SF 254, specify only W-2 payroll (non-contract) personnel of each firm. In block 10 of the SF 255, the CM firm MUST respond to the 3 evaluation criteria stated in this announcement. In block 11 of the SF 255, the CM Firm MUST sign, name, title and date the submittal. Provide three copies of your response. SUBCONTRACTING PLAN REQUIREMENT for large business only: In accordance with Public Law 97-507, the CM will be required to provide the maximum practicable opportunities for small, small disadvantaged, and women-owned small business concerns to participate as subcontractors in the performance of the contract. Firms must also provide with the SF's a brief written narrative of outreach efforts made to utilize small, small disadvantaged and women-owned businesses. The narrative shall not exceed one typewritten page. The use of subcontractors/ consultants shown on the submitted SF's will be reflected in a Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan included in the successful firm's contract. Contract award is contingent upon negotiation of an acceptable subcontracting plan. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 19.10) and is therefore open to both small and large business concerns. Small, small disadvantaged and women-owned small businesses are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. Mail your submittals to General Services Administration, PBS, Property Development (8PF), Attn: Steven Farrington, P.O. Box 25546, Denver CO 80225-0546 (overnight delivery - Bldg. 41, Rm. 252, Denver Federal Center, 6th Ave & Kipling St). Mark the envelope in the lower left corner: "GS-08P-00-JCD-0006." The SF's 254 and 255 must be received by the above POC by 4:00 p.m. local time,July 8, 2002. Late submittals will be handled in accordance with FAR clause 52.215-1, subparagraph (c)(3)(i). Solicitation packages are not provided for A-E contracts. This announcement is not a request for proposals. Telephone contact may be made by calling (303) 236-7070 ext.258.
 
Place of Performance
Address: GSA/PBS/8PF, PO Box 25546, Denver, CO
Zip Code: 80225
Country: USA
 
Record
SN00088627-W 20020607/020605214800 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.