Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 12,1999 PSA#2474

General 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