|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 20,1996 PSA#1725GSA, PBS, Property Management Contracts Branch (5PMC-W), JCK Federal
Building, 230 South Dearborn Street, Room 3360, Chicago, IL 60604-1696 C -- AE SERVICES STATE OF INDIANA Sol GS05P97GAD0020. Contact, Marilyn
Roldan, Contracting Officer, 312/353-3959. Indefinite quantity contract
to provide supplemental Architectural/Engineering services, based on,
but not limited to, the issuance of work orders for the preparation of
designs, plans, specifications, estimates, record drawings,
miscellaneous studies and reports, surveys and construction inspection
services for projects within the geographic borders of the State of
Indiana. Projects may involve work in specialty areas such as
alterations in historic buildings or asbestos abatement work. Services
may include assisting the GSA staff in ``in-house'' design and
construction inspections. The duration of the base contract will be
one(1) year. The contract will include a provision for four(4) options,
each of which could extend the contract for an additional one (1) year
period and may be exercised at the option of the Government. The
maximum order limitation is $750,000 for each one-year period. The
following have been identified as potential projects to be accomplished
under this contract: (1) ``Boiler Replacement,'' C.A. Halleck Federal
Building, Lafayette, Indiana; (2) ``Tuck Pointing'', Federal Building
& U.S. Courthouse, Indianapolis, Indiana; (3) ``Bankruptcy Court
Expansion'', Federal Building & U.S. Courthouse, South Bend, Indiana.
Projects of a similar nature may be substituted or added to the
contract. The selected firm must negotiate overhead and profit rates
and hourly rates for anticipated disciplines for use in negotiating
fixed price work orders. For projects with an estimated construction
cost of $750,000 or less, the Government may use the fixed price
amounts provided in the Supplement A/E Lookup Table provided during
initial contract negotiations. The Government, however, reserves the
right to award a contract based on negotiated overhead, profit, and
hourly rates only, as well as to use those rates for work orders which
do not fall within the scope of the Lookup Table. Consideration will
be limited to firms having an existing active design production office
within the geographic borders of the State of Indiana. Each joint
venture must have an existing active design production office within
the designated geographic limitations. Joint venture or firm/consultant
arrangements will be considered and evaluated on a demonstrated
interdependency of the members to provide a quality design effort. In
addition, all firms and their consultants must: (1) have in house CADD
capabilities (compatible with the latest version of AutoCad) and; (2)
use AIA Masterspec as the basis for developing the construction
contract documents. For Division 15 and 16 specification sections, the
Architect/Engineer shall develop his/her own specifications edited to
the full extent necessary for each specific project. Any available
specifications (AIA, Navy, Military, NASA, etc.) may be used as guide
in developing the individual specifications for Sections 15 and 16; the
specifications, however, shall be prepared using the AIA Masterspec
format. Selection to be based upon; 25% for the Project Team, including
key personnel with commitment to projects and qualifications and
relevant experience as individuals and as a team; 15% for the Design
Management/Organization, including project management planning,
coordination, scheduling, cost control methods, production facilities,
capabilities and techniques for both design projects and construction
inspection; 25% for Design Ability/Potential, including visual and
narrative evidence of team's ability with respect to innovative design
solutions; 35% for Demonstrated Design/Construction Experience,
including demonstration of past performance of similar types of
services on similar projects, including work in historic structures.
Responses must be received at the above referenced address no later
than thirty (30) calendar days from the date of this notice by 4:00
P.M. (CST). If the 30th day falls on a Saturday, Sunday, or U.S.
Governments holiday, the deadline will be 4:00 P.M. (CST) of the next
Government business day. This solicitation is being solicited on an
unrestricted basis and is opened to both large and small business
concerns. A follow up listing of firms to be interviewed will appear in
this publication. See Note 24. This is not a Request for Proposal
(RFP). All questions regarding the nature of this solicitation should
be directed to Marilyn Roldan, Contracting Officer at 312/353-3959.
(320) Loren Data Corp. http://www.ld.com (SYN# 0014 19961119\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|