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