MODIFICATION
C -- Regionwide Supplemental A/E Contract for the States of Illinois, Indiana, Ohio, Michigan, Minnesota, and Wisconsin
- Notice Date
- 8/1/2003
- Notice Type
- Modification
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Development Division (5PC), 230 South Dearborn Street, Room 3512, Chicago, IL, 60604
- ZIP Code
- 60604
- Solicitation Number
- GS05P03GBD0072
- Response Due
- 8/8/2003
- Point of Contact
- Johnnie Gaskew, Contracting Officer, Phone 312-886-6916, Fax 312-353-9186, - Johnnie Gaskew, Contracting Officer, Phone 312-886-6916, Fax 312-353-9186,
- E-Mail Address
-
johnnie.gaskew@gsa.gov, johnnie.gaskew@gsa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is to advise of a Bid Protest that was filed with the General Accounting Office (GAO) on July 21, 2003, challenging GSA?s alleged determination not to set-aside this procurement for competition restricted to qualified HUBZone small business concerns. If you are interested in receiving a copy of the protest for purposes of intervening in this protest, please direct your e-mail to johnnie.gaskew@gsa.gov. Here are some comments that will greatly assist all interested firms with their submission the Request for Quotation that is due on August 8, 2003, at 12NOON, Chicago time. The items listed below are provided for clarity purposes only. This procurement is a Total Small Business Set-Aside. NAICS Code: 541310. Small Business Threshold: $4 million. Multiple awards may be made from this solicitation. As stated in the initial announcement, Standard Form 254?s and 255?s must be completed and submitted along with the other requested information. There is no incumbent contractor. The A/E selections will be conducted in two stages as indicated in the initial announcement posted on July 8, 2003. Joint Ventures: Unfortunately, we are unable to entertain joint ventures with large businesses in accordance with FAR 19.101(7)(i)(B)(1) ? Size Standards. In a joint venture for this project, each business cannot have more than $4 million in annual average gross revenue for the last three fiscal years. In Stage 1: Lead Designer Portfolio (35% of the evaluated score). The A/E firm should submit (a maximum of one page narrative per project up to three projects) for graphics and submit (a maximum of a one page narrative up to three projects) for a typewritten description which best describes the capabilities of the designer, completed in the last ten years. The narrative shall address the design philosophy with salient features for each project and discuss how the design was cost effective (both in terms of construction and maintenance), functional, and aesthetically appropriate. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Past Performance on Design (25%). The A/E firm should submit graphics (a maximum of one page narrative per project of not more than five projects) which best describes the capabilities of the firm completed in the last ten years. A narrative (a maximum of a one page, per project of not more than five projects) shall address the design approach with salient features for each project and discuss how the client?s program, functional, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Provide a client reference contract for each project, including name, title, address, telephone and fax numbers.
- Place of Performance
- Address: Regionwide for the States of Illinois, Indiana, Ohio, Michigan, Minnesota, and Wisconsin
- Country: United States
- Country: United States
- Record
- SN00390261-W 20030803/030801214053 (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 |