Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2003 FBO #0468
SOLICITATION NOTICE

C -- Supplemental Architect-Engineer for Mechanical, Electrical and Plumbing Services

Notice Date
3/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Center for Management Support & Admin Services (PHA), 1800 F Street, NW, Room 6037, Washington, DC, 20405
 
ZIP Code
20405
 
Solicitation Number
GS-00P-CYD-0052
 
Archive Date
4/25/2003
 
Point of Contact
Collette Scott, Contract Specialist, Phone (202) 501-9154, Fax (202) 208-7413, - Regina Crews, Contracting Officer, Phone (202) 208-9990, Fax (202) 208-7413,
 
E-Mail Address
collette.scott@gsa.gov, regina.crews@gsa.gov
 
Small Business Set-Aside
Partial Small Business
 
Description
Supplemental Architect-Engineer (A/E) solicitation for performance of mechanical, electrical and plumbing (MEP) services for the General Services Administration's National Design and Construction Program, under the Office of the Chief Architect within GSA?s Central Office, Solicitation No. GS-00P-03-CYD-0052. The prime A/E firm must specialize in mechanical, electrical and plumbing services. The professional services that the A/E will provide under this contract include mechanical and electrical services; fire and life safety; project design review; establishment of energy budgets; preparation of scopes of work; cost estimating; building systems evaluations, including building security systems; updating GSA criteria and guide specifications; development of electronic media, such as videos and websites; and the planning and implementation of professional workshops. Services may include support for architectural and structural engineering, site development and other building design and construction services, such as historic preservation. The services may also include preparation of reports, preparation of contract documents, design reviews, review of shop drawings, construction inspection services, and emergency surveys. All services will be procured through the issuance of work orders, each defined by a separate scope of work. The term of the contract shall be one (1) base year period, followed by four (4) one-year option periods, not to exceed $1,500,000.00 for each period for an aggregate dollar value of $7,500,000.00. More than one supplemental contract may be awarded under this solicitation with only one contract to be awarded to any one firm. The evaluation criteria for selection are as follows (subcriteria are listed in descending order of importance): I. PROFESSIONAL QUALIFICATIONS (35%): A. Possess professional qualifications necessary for satisfactory performance of required mechanical, electrical and engineering services. B. Possess experience and technical competence in the type of work required under this solicitation, including, where appropriate, experience in energy conservation and sustainable design. II. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (35%): A. Demonstrate that the firm and proposed team members have experience in development of criteria and guide specifications in the areas of mechanical and electrical engineering. B. Demonstrate that the firm and proposed team members have experience in architectural and structural design review, preparation of design documents and in other services relating to building design and construction, including inspection. C. Demonstrate that the firm and proposed team members have experience in the design and review of new construction and renovation projects. D. Demonstrate the experience of the firm and team members in establishing energy budgets and writing scopes of work. E. Demonstrate the experience of the firm and proposed team members in the use of metric unit measures and the use/development of multi-media technology, such as industry videos and Internet websites. III. CAPABILITIES OF FIRM (20%): A. Demonstrate that the firm has sufficient staff and technical resources to undertake this contract. B. Describe the management controls in place to ensure an integrated design approach to the performance of this contract. C. Demonstrate capabilities for providing technical report writing and technical editing. IV. PAST PERFORMANCE (10%): Demonstrate acceptable performance on past contracts in terms of planning and compliance with planning schedules. Provide no less than three references related to similar work. One reference should be for work with a federal agency. References must include the name of the client, contact person and a telephone number. Firms having the capability to perform the services described in the announcement should respond by submitting a completed Standard Form 254, dated not later than six months prior to the date of this synopsis, for the firm, consultants, and joint ventures. Firms must also submit a Standard Form 255 that should include project samples. Firms must separately address the evaluation factors and relate where information can be found in the submittal package relevant to each factor. The submittal should be forwarded by a cover letter that references the solicitation number. The submittal should be submitted in triplicate and be bound in 8-1/2" x 11" format, the total submittal shall not exceed eighty (80) pages each, exclusive of the SF 254's; Item 7 of the SF 255; and any project samples. Submissions shall be made to: General Services Administration, 18th and F Streets, N.W., Room 6028, Washington, DC, 20405, by 3:30 p.m. local time on the due date of this notice. The following information MUST be on the outside of the sealed envelope: (1) Solicitation Number/Title, (2) Due date, and (3) Closing time. Late responses are subject to the provisionin FAR Clauses 52.214-7. The procurement is partial small business set-aside. GSA anticipates awarding two large business contracts on an unrestricted basis and two under the partial small business set aside. Small, women-owned, and small disadvantaged firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small businesses. These A/E services will be procured under the Brooks A/E Act and FAR Subpart 36.6. Specify in block 4 of each SF 254 whether the firm is: (a) small business concern (including its affiliates) with average annual receipts for the last three (3) fiscal years not in excess of $4.0 million dollars; (b) small disadvantaged business or (c) woman-owned business. This is not a request for proposals.
 
Record
SN00277013-W 20030313/030311214036 (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.