SOLICITATION NOTICE
C -- Supplemental Architect and Engineering Services
- Notice Date
- 12/8/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Development Branch, Portfolio Procurement (10PDC), 400 15th Street SW, Auburn, WA, 98001-6599
- ZIP Code
- 98001-6599
- Solicitation Number
- GS-10P-04-LTD-0013
- Response Due
- 1/8/2004
- Archive Date
- 1/23/2004
- Point of Contact
- Wayne Benjamin, Contracting Officer, Phone 243-931-7290, Fax 253-931-7395, - Chad O'Brien, Contract Specialist, Phone 253-931-7157, Fax 253-931-7395,
- E-Mail Address
-
wayne.benjamin@gsa.gov, chad.obrien@gsa.gov
- Description
- This request is being solicited as Full and Open/Unrestricted. The NAICS Code is 541330. The contract will result in a firm-fixed price indefinite delivery, indefinite quantity (IDIQ) contract to provide full service supplemental Architect and Engineering services based on, but not limited to: The issuance of task orders for the preparation of designs, plans, specifications, estimates, record drawings, miscellaneous studies and reports, surveys and possible construction inspection services for projects within the geographic borders of the state of Alaska supported by the Northern Service Center located in Anchorage, Alaska. The proposed task orders have an anticipated construction cost range between $25,000 and $2,000,000. ***** Projects may involve work in specialty areas such as alterations in historic buildings or asbestos abatement work. Disciplines and services required may include architectural, electrical, mechanical, structural, civil engineering, communications, energy conservation, cost estimating, fire safety and hazardous material consultant services. Expertise in the areas of space planning and green/sustainable building design is also desired. ***** The duration of the base contract will be one (1) year. The contract will include a provision for four (4) options, each of which could extend the contract for an additional one (1) year period and may be exercised at the option of the Government. The Maximum Order Limitation is $750,000 for each one-year period. The selected firm must negotiate overhead, profit rates and hourly rates for anticipated disciplines for use in negotiating fixed priced task orders. For projects with an estimated construction cost of $750,000 or less, the Government reserves the right to use the fixed prices amounts provided in the Supplemental A/E Lookup Table that will be provided during initial contract negotiations. ***** Consideration will be limited to the following criteria: (1) firms having an existing active design production office within the geographic area of Alaska and a local office in Anchorage. (2) Demonstrate ability to perform 80% of all contract services in designing productions offices within geographic limit. (3) Joint venture or firm/consultant arrangement will be considered and evaluated on a demonstrated interdependency of the member to provide a quality design effort. (4) All firms and their consultants must have in house CADD capabilities and use AIA Masterspec as the basis for developing the construction contract documents. ***** Selection to be based upon: (1) PROJECT TEAM (20%) – Key personnel’s qualifications and relevant experience as individuals and as a team, in particular on small to medium remodel type projects. (2) DESIGN MANAGEMENT (20%) – Project planning, coordination, scheduling, cost control methods, production facilities capabilities and techniques for both design projects and construction inspections. (3) DESIGN ABILITY/POTENTIAL (20%) – Including visual and narrative evidence of team’s ability with respect to innovative, quality and flexible design solutions, in particular as it applies to small and medium sized projects. (4) DEMONSTRATED DESIGN EXPERIENCE (20%) – Specialized experience with similar small to medium projects; familiarity with Government regulations and specification and ability to expedite Design and Bidding documents. (5) PAST PERFORMANCE (10%) – Provide a client reference contact for each project, including name, title, address, phone, and fax numbers. (6) SPECIAL (10%) – Demonstrate knowledge of remodeling projects in historically sensitive buildings and energy conservation design. The Government evaluation board will review submittals and then establish a shortlist of three to six firms. The board will interview each team. ***** REQUIRED DOCUMENTS: Interested firms having the qualifications to meet these requirements are invited to submit two (2) copies of Standard Form 254 and 255 along with a letter of interest no later than close of business (4:00 p.m. local time) January 8th, 2004. Limit your SF 254 and SF255 along with supporting data for a total of not more than 50 pages 8 ½ x 11 papers. ***** All responsive offers will be considered. This is not a request for proposal. One award will be made from this notice. Identify submittal with GS-10P-04-LTD-0013 and address to: General Service Administration Attn: Christine Scott, Suite 151, 222 w. 7th Ave, Box 5, Anchorage, AK 99513. Small Disadvantaged, Women-Owned, HUBZone, Veteran-Owned and Disable Veteran Owned businesses are encourage to submit proposals. ***** All questions regarding the nature of this notification should be directed to WAYNE (CHAUN) BENJAMIN, CONTRACTING OFFICER, 253-931-7290*****.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/10PDC/GS-10P-04-LTD-0013/listing.html)
- Place of Performance
- Address: Anchorage, AK
- Zip Code: 99513
- Zip Code: 99513
- Record
- SN00483280-F 20031210/031208212702 (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 |