Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2002 FBO #0304
SOLICITATION NOTICE

C -- Architectural ServiceS

Notice Date
5/21/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Contracts Branch (5PMC), 230 South Dearborn Street, Room 3324, Chicago, IL, 60604
 
ZIP Code
60604
 
Solicitation Number
GS05P02GAC0134
 
Response Due
6/21/2002
 
Point of Contact
Joann Works, Contract Specialist, Phone (312) 886-1992, Fax (312) 353-0240,
 
E-Mail Address
joann.works@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION OF FIRMS FOR POTENTIAL FIXED PRICE CONTRACT FOR A/E SEVICES IN DESIGN OF BUILDING REPAIR AND ALTERATION PROJECTS BELOW $2 MIILLION ESTIMATED CONSTRUCTION COSTS IN ILLINOIS, INDIANA, MICHIGAN, MINNESOTA, OHIO AND WISCONSIN, DUE 06/21/02. 1. CONTRACT INFORMATION: The work may involve design, engineering, drafting, planning, studies and site investigation. All work must be done by or under the direct supervision of licensed professional engineers or architects. The intent of this announcement is to gather responses from firms interested in performing work for the Great Lakes Region of the General Services Administration. This list of firms will be used through 06/21/03 or until the next CBD synopsis is posted. Qualified firms will be selected as the project need arises. Contract awards will be made on a project by project basis. Design fees will vary based upon specific project. The maximum contract award amount per project is $100,000. 2. PROJECT INFORMATION: Repair and Alteration projects will typically involve build-outs for office and storage space, exterior repairs and/or replacement such as masonry, roofing, and windows, updating and planned maintenance for electrical and mechanical systems, civil engineering relative to grounds maintenance, upkeep and modification, and safety/security system upgrades and retrofits. Specialized consultants in area such as the following are encouraged to apply: Roofing Inspection, Masonry Repair, Fire Alarms, Elevators, Security Systems, Environmental Testing, Structural Analysis, Industrial Hygiene and Safety. There will typically be interface with local building codes, state historical requirements, and safety/security requirements. Contracts may require full site investigation, surveys, completion of construction drawings, and inspection services during project construction phase. 3. SELECTION CRITERIA: Selection Criteria in descending order of importance are as follows: (a) Specialized Experience and Technical Competence: The selected firm(s) must demonstrate experience in the area of design specific to any project which may arise including but not limited to office buildings work space, storage facilities, building mechanical and electrical systems and renovation. The firm must demonstrate experience within the last two years in those areas for which they apply. (b) Professional Qualifications: These types of projects may require expertise in the disciplines of architecture; electrical, mechanical, civil and structural engineering, cost estimating, fire protection and environmental remediation. (c) Firms must show adequate capacity to design a project with construction cost of $2 million within a 90-day period. (d) Have full office facilities in geographic proximity to work site. (e) Demonstrated past performance with respect to cost control, quality of work and compliance with performance schedules. (f) Experience in sustainable design using recovered materials, waste reduction and energy efficiency. SUBMITTAL REQUIREMENTS: (a) All interested firms must provide two submittal packages including an original SF 254 and an original GSA Form 3503 "Representations and Certifications" no later than 4:00 p.m. (C.D.T.) on the date listed above. If not received by the due date specified above, firms may provide submittal packages to Joann Works at the address listed below throughout the year or until the next CBD announcement for this project is posted. An electronic version of the SF 254 form is available at (www.gsa.gov/forms) by number SF 254; (b) Responding firms must submit a current and accurate SF 254 for themselves and each proposed consultant. It must be provided for the specific office proposed to do the work. This procurement is set aside for Small Business Concerns under NAICS 541310 in accordance with the Small Business Competitive Demonstration Program; (c) Solicitation packages are not provided for A/E contracts. Indicate in Block No. 4 of the SF 254 if your firm is a Large, Small, Small Disadvantaged or Women-Owned Business. To be classified as a small business, a firm?s average annual receipts or sales for the proceeding three fiscal years, must not exceed $4 million. This is not a Request for Proposal (See Note No. 24). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (21-MAY-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 30-SEP-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/5PMCMI/GS05P02GAC0134/listing.html)
 
Record
SN00179001-F 20021002/020930215913 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.