|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 12,1999 PSA#2474General Services Administration, Public Buildings Service (PBS),
Allegheney Realty Service District (3PK), The Wanamaker Building, 100
Penn Square East, Philadelphia, PA, 19107-3396 C -- A/E SERVICES SOL GS-03P-99-CDD-0040 DUE 120999 POC Priscilla
Bryant, Contract Specialist, Phone (215) 656-6101, Fax (215) 656-5955,
Email priscilla.bryant@gsa.gov -- Kimberly DeSant, Contract
Specialist, Fax (215) 656-5955, Email kim.desant@gsa.gov WEB: Visit
this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=GS-03P-99-CDD
-0040&LocID=209. E-MAIL: Priscilla Bryant, priscilla.bryant@gsa.gov.
Solicitation GS-03P-99-CDD-0040 for the Architectural and Engineering
design services for projects throughout the geographical area of the
Commonwealth of Pennsylvania; Sussex, Warren, Somerset, Huntington,
Mercer, Ocean, Burlington, Camden, Gloucester, Atlantic, Salem,
Cumberland and Cape May Counties of New Jersey dated October 22, 1999
is hereby modified to include the Commonwealth of Delaware. The revised
proposal due date will be December 9, 1999. Contractors who submitted
a proposal under the original CBD announcement must submit a revised
proposal including the new geographical area. GSA will consider only
prime firms capable of providing at least 50% overall design services
in-house from an existing office in the designated geographical area.
Additionally, major consultants must also have existing offices within
the geographical area. GSA is committed to excellence in design and
'green architecture' or sustainable design. Firms that demonstrate
these principles will be given strong consideration. Projects under
this contract are for repair and alteration work in federal facilities
and generally will be for projects up to $5 million in construction
costs and will almost always involve occupied buildings and may involve
historically significant structures. The scope of Architectural and
Engineering services under this proposed contract may include, but may
not be limited to the following: pre-design, programming, and the
preparation of feasibility studies; site investigation, complete design
services; space planning, interior design; architectural; mechanical,
electrical, structural, fire protection, vertical transportation; code
compliance; submittal review, procurement support; post construction
award services and other related supplemental services if so requested
by the Government. Hazardous materials may be encountered in the
existing facilities. Projects may involve incidental asbestos
abatement. The A-E's Industrial Hygienist will be required to identify
and quantify the types and locations ofhazardous materials that will
be abated during construction. The projects will be designed and
constructed in "hard" metric, System International (SI) units in
accordance with Public Law 100-576, the Omnibus Trade & Competitiveness
Act of 1988, the Metric Conversion Act, and Executive Order 12770. GSA
CAD Deliverables Policy will be incorporated as requirements of the
awarded contract. Detailed CAD Deliverable Policy may be accesses on
the Internet at http://www.pbs3.gsa.gov. (Select "Vendor Information"
and choose the link to the CAD Policy.) All files shall be submitted on
one of the following media: 3 12" high density floppy disks: shall be
formatted to be read by MS-DOS and Windows 95 and compressed using
PKWare, WinZip, or Windows 95 Backup. No submission shall exceed ten
disks. Iomega 100 megabyte ZIP drives: shall be formatted to be read by
MSDOS and Windows 95.CD-ROM: shall be created using the ISO 9660 file
system and using a block size of 2048 bytes (2K). CD-ROM's may not be
compressed. All drawings shall be readable by AutoCAD Release 14.01 for
Windows 95, and shall be .DWG files. Word Processor documents shall be
Microsoft Word 6 or Microsoft Word 7 (also known as Microsoft Word 95)
files. Macros may be included with these documents provided they are
not write-protected and their function is explained next to the code.
Spreadsheet documents shall be Microsoft Excel 5 or Microsoft Excel 7
(also known as Microsoft Excel 95) files. Graphics may be submitted
.JPG or .GIF file format only. Project Management documents shall be
Microsoft Project 4.0 or Microsoft Project 4.1 (also known as Microsoft
Project for Windows 95) files. Project files shall be saved with a
baseline. All A-E participants are reminded that the
selection/evaluation of the prime A-E and team shall be based on the
compatibility of their systems with each other. GSA will not accept any
other format. Contractor agrees that all CAD, AutoCAD drawings and
related files, photographs, drawings, renderings, blueprints,
specifications and/orother materials generated for use by contractor on
the project, whether in machine readable form or not, shall belong at
all times to the General Services Administration (GSA) and/or
government and will be delivered to GSA at the times specified and
within the schedules contained in the Agreement or at the termination
of the Agreement, whichever occurs first. The evaluation criteria to be
applied in the selection process in the order of importance are as
follows: 1) Organization and Management: Capability of team
organization and ability to control budgets, project scheduling and
quality assurance. Ability to handle multiple projects. Previous
experience in coordination with consultants. 2) Professional
Qualification and Design Ability: Team members will be evaluated on the
basis of their education, professional certification or licensure and
experience. Demonstrated ability to perform Repair and Alteration of
similar size and scope in occupied buildings. Critical factors include
prior experience, types and numbers of personnel in desired
disciplines, experience of team members including length of service
with the firm. The team shall include professional licensed individuals
in all disciplines, including Fire Protection. Provide information on
consultants such as: work in historic building, fire protection,
hazardous material, elevators, cost estimating, etc. 3) Quality of Past
Projects and Experience: experience with repair/alteration of similar
projects. The firm will provide on the SF 255 item #8, a detailed
narrative of up to 10 relevant projects and indicate percentage of
their involvement and role as prime, consultant, joint venture or
individual experience. Submitted projects should demonstrate the
coordination of multiple disciplines. List projects that demonstrate
firm's experience with projects of similar size and scope. 4)
Familiarity with Federal Govt. Design standards and procedures
(nonmilitary): Previous working experience with PQ-100.1 (Facility
Standards for PBS); all applicable Building Codes (including BOCA)
NFPA, and Environmental regulations) Uniform Accessibility Standards
(UFAS/ADA) as referenced in SF 255 item #8 & #9. Extra credit
supplemental points are set aside for involvement of minority owned and
women owned firms. The estimated early contract start date is March
2000 [Base Year plus two (2) one-year options]. The contract work shall
be performed with the issuance of work orders. The contract will
include hourly rates for anticipated disciplines at various levels for
use in negotiating fixed price work orders. It is the Government's
intent to incorporate the Look-Up Tables into the contract as mandatory
payment provision. However, the Government reserves the right to award
a contract based on the negotiated hourly rates only. The maximum
amount to be expended under the contract shall not exceed $750,000 in
fees per year. The total value of work orders placed against the
contract for any year may be exceeded by the contracting officer by up
to 50% of the cumulative fee of $750,000.00 per year or $1,125,000.00.
Firms meeting the geographical limitation and having the capability to
perform the services described herein are invited to respond by
submitting completed SF 254 and 255 Nov 92 edition along with a letter
of interest (identifying this announcement by SOL number) to the
office listed below. Special attention should be given to the following
areas on the 255:Item 7 -- list only the team members including staff
professionals who will actually perform the major tasks under this
contract. Item 8 -- list up to 10 projects, "not 10 projects for each
firm or consultants". Indicate which firms participated in each of the
projects. Include only relevant projects of similar size and scope to
those to be performed under this contract. Item 8b -- give a synopsis
of the scope of work for each project, stating clearly what tasks were
performed by the prime firm. Item 9c -- give a point of contact and
telephone number for each project. Item 10 -- in a narrative form,
outline firm's approach to design, design reviews, quality control and
project management. Include any additional information regarding the
firm's qualifications to perform work similar in scope and size to this
project. The last entry under item 10 must read: "I hereby certify that
the firm listed under item 1 meets the geographical limitations stated
in the CBD announcement for this contract. This is not a request for
proposal. This procurement shall be unrestricted under full and open
competition under the Small Business Competitiveness Demonstration
Program. SIC code 8712. Firms desiring consideration shall submit
appropriate data by December 9,1999: GSA Region 3,Allegheny Realty
Services District The Wanamaker Building, Room 727, 100 Penn Square
East, Philadelphia, PA 19107. Attn: Ms. Priscilla Bryant. Posted
11/09/99 (D-SN399321). (0313) Loren Data Corp. http://www.ld.com (SYN# 0018 19991112\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|