Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 18,1995 PSA#1264

General Services Administration,GSA Center (10PP),400 15th Street SW,Auburn, WA 98001-6599

R -- TERM IQ A/E FOR STRUCTURAL SERVICES SOL GS-10P-95-LTD-0015 DUE 022395 POC Contracting Officer,Ryan K. Doerfler,206/931-7338 Supplemental IQ, fixed price Structural Architect-Engineer (AE) svcs contract for various projects located in Washington, and Oregon(Geographic Limit) with possible work in Alaska and Idaho. A/E services under this contract consists of structural engineer, civil engineering, and design review services for such services as the preparation of original calcula- tions, designs, drawing specification, cost estimates, and test/engineering reports, as well as assisting the GSA staff engaged in in-house designs. All work shall be performed by, or under the direct supervision of, regis- tered professional engineers. Projects generally require use of the latest versions, or approved equivalent of computerized programs for calculations, cost estimates (UNIFORMAT Level III or CSI Format), Life-cycle cost analy- sis (CFR 10 Part 436;NIST BLCC4.1), drawings (AUTOCAD Release 12), specific ations (GSA versions of AIA MASTERSPEC), and reports (Microsoft ''Word for Windows''). Calculations, drawings, specifications and reports shall be accompanied by acceptable deliverable electronic storage media formatted on MS/PC-DOS. Project design and construction documents, including calculations, shall be prepared by the AE in both metric (SI Units) and/or English (I-P Units) systems of measurements. The cumulative amount of delivery orders issued under this contract will not exceed $750,000 per year. The guaranteed minimum amount is $5,000 per year. This contract will be for one (1) year with three (3) one-year extension options. The resulting contract will include hourly rates for anticipated disciplines for use in negotiating fixed price delivery orders. Contractor selection will be based on the following weighted criteria: (1) PROJECT TEAM (20%) - visual and narrative evidence of project team's design ability, indivi- dually and as a team; qualifications and relevant individual experience, unique knowledge and time commitment of key members to projects; (2) TECH- NICAL EXPERIENCE (25%) - Experience in design of site development, office buildings and other structures (new and alterations); review of work pro- duced by other firms; (3) SEISMIC DESIGN AND HAZARD EVALUATION (25%)- State -of-the-art knowledge and experience in seismic design and seismic hazard evaluation; familiarity with Federal and State seismic design criteria and with UBS, ATC, ANSI, and other national building/seismic codes; familiarity with dynamic response of buildings to seismic activity; (4) DESIGN MANAGE- MENT (15%) - Previous project management performance, including planning, coordination, scheduling, and cost control functions; ability to complete projects within budget and schedule; (5) SPECIAL (15%) - Past performance (with respect to quality and schedule) with GSA and other Government agencies; experience with design of historical buildings. Responding AE firms will be required to perform essentially all contract services at an existing active design production office located within the specified Geo- graphical Limit. Joint ventures or prime/consultant arrangements will be considered and evaluated based on the demonstrated interdependency of members to provide a quality design effort; at least one member of such an arrangement will be required to meet the Geographical Limit criteria. AE firms shall also demonstrate that proposed key project team members are pre sently employed at the above designated production office. Interested firms having the qualifications to meet these requirements shall submit a completed Standard Form 254 and Standard Form 255, along with a letter of interest, no later than the close of business on February 23, 1995 to: General Services Administration, (10PPC), 400 15th St. SW, Auburn, WA. 98001-6599. Multiple awards (more than one) may result from this solici- tation. This is not an RFP. This procurement is no longer set-aside for small businesses only and instead is open to both large and small business. As part of its commitment to socioeconomic initiatives of the Federal Gov- ernment, the General Services Administration has established for fiscal year 1995 subcontracting goals of 32 percent for small business, 6 percent for small disadvantaged business, and 3 percent for women-owned business. In support of the agency efforts, firms seeking consideration for this contract should provide maximum practicable subcontracting opportunities for small, small disadvantaged, and women-owned businesses. The use of subcontractors/consultants shown on the submitted SF 254's will be reflec- ted in a Small Business and Small Disadvantaged Business Subcontracting plan included in the contract. Firms must also provide 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. An acceptable subcontracting plan must be agreed to before contract award. (Small businesses are not subject to this requirement.) For more information contact: Ryan Doerfler, Contracting Officer, (206) 931-7296. This modification reflects changes in the Standard Forms 254 & 255 due date and small-business set-aside requirements. (0013)

Loren Data Corp. http://www.ld.com (SYN# 0092 19950117\R-0001.SOL)


R - Professional, Administrative and Management Support Services Index Page