Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2004 FBO #0850
SOLICITATION NOTICE

C -- FULL ARCHITECTURAL-ENGINEERING DESIGN SERVICES

Notice Date
3/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Allegheny Service Center (3PK), The Strawbridge Building 20 North 8th Street, 8th Floor, Philadelphia, PA, 19107
 
ZIP Code
19107
 
Solicitation Number
GS-03P-04-CDD-0034
 
Response Due
4/22/2004
 
Archive Date
5/7/2004
 
Point of Contact
Celeste Dow, Contracting Officer, Phone (215) 656-6097, Fax (215) 656-5955, - Oliver Lester, Contract Specialist, Phone 215 446-4634, Fax 215 209-0603,
 
E-Mail Address
celeste.dow@gsa.gov, oliver.lester@gsa.gov
 
Description
Description Full Architectural-Engineering design services for Supplemental term contract for Judiciary and Law Enforcement projects throughout the Commonwealths of Pennsylvania and Virginia and the states of Maryland, Delaware, West Virginia and the Southern counties of New Jersey from Trenton south. Projects will involve Repair & Alterations, Renovations and Modernization of federal facilities and required Architectural, Mechanical, Electrical, Fire protection, Security and Interior design with sensitivity towards historic buildings. THE A/E OF RECORD HAS UP TO 45 CALENDAR DAYS AFTER AWARD OF THE CONTRACT TO ESTABLISH A PRODUCITON CAPABILITY WITHIN THE GENERAL GEOGRAPHIC AREA. GSA will consider only prime firms capable of providing at least 50% overall design services in-house from an existing office within the Commonwealths of Virginia and Pennsylvania, the states of Maryland, Delaware, West Virginia and the 13 Southern counties of New Jersey (from Trenton south), and the District of Columbia. Additionally, major consultants (MEP, structural, fire protection) must have existing offices within the geographical area defined for the prime contractor. GSA is committed to excellence in design. Projects under this contract are for repair and alteration work in federal facilities and will generally be for projects up to $5 million in construction costs. Most projects will also involve occupied buildings, many of which are historically significant. The scope of architectural and engineering services under this proposed contract include, but are not limited to the following: programming; pre-design; the preparation of feasibility studies; site investigation; complete design services (space planning, interior design, architectural, mechanical, electrical, structural, fire protection, vertical transportation, security, and code compliance); procurement support; post-construction-award services; and other related supplemental services if so requested by the Government. Hazardous materials such as incidental asbestos and lead may be encountered in some existing facilities. The A-E's Industrial Hygienist will be required to identify and quantify the types and locations of hazardous materials that will be abated during construction. Furthermore, knowledge of airborne pathogen concerns is required. Certain projects may be designed and constructed in 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. A/E firms should be prepared to demonstrate proficiency in metric design. GSA CAD Deliverables Policy will be incorporated as requirements of the awarded contract. Detailed CAD Deliverable Policy may be accessed on the Internet at http://www.gsa.gov/midatlanticcadpolicy/. Contractor agrees that all CAD, AutoCad drawings and related files, photographs, drawings, renderings, blueprints, specifications and/or other materials generated for use by the contractor on the project, whether in machine readable form or not, shall belong at all times to the General Services Administration (GSA) 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 qualifications-based evaluation criteria to be applied in the selection process in the order of importance are as follows: 1) Relevance of Past Projects and Experience: The firm will provide, on the SF 330, Part I, Item F(24), a detailed narrative of up to 5 relevant projects completed withing the last Five (5) Years. List projects that demonstrate firm's experience with projects of similar size and scope. 2) Professional Qualification and Design Ability: Teams will be evaluated on the basis of individual members' education, professional certification or licensure, and experience. There should be demonstrated familiarity with Repair and Alteration project s of similar size and scope in occupied buildings. Critical factors for the team 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 buildings, sustainable designs, energy conservation, fire protection, hazardous material abatement, elevators, cost management, etc. 3) Organization and Management: Capability of team organization and ability to control budgets, projects scheduling, and quality assurance. Ability to handle projects with multiple end-users and complex requirements. Extent of A/E's previous experience with proposed consultants and demonstrated ability to manage effectively the prime-consultant relationship. 4) Demonstrated ability to work with Government entities, design standards, CAD policy (referenced above) and procedures: Previous working experience with the U.S. Courts, U.S. Marshal and/or GSA is preferred. Extra credit points will be given to the Prime Contractor for involvement of HUBZone Small Business, Small Disadvantage Business and Women-Owned Business as consultants;. The estimated early contract start date is January 2005. The period of performance will be for one base year with Four (4), One (1) 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. However, the Government reserves the right to award a contract based on the negotiated hourly rates only. The estimated 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 $750,000.00 per year for the cumulative fee of $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 Five (5) completed Standard Form 330, Part I and Part II (1/2004 edition) along with a letter of interest (identifying this announcement by solicitation number) to the following office no later than (30 days after issance) , at 4:30 p.m.: GSA, Mid-Atlantic Region, Allegheny Realty Services District, (3PK), The Strawbridge Building, 20 North Eighth Street, 8th Floor, Philadelphia, PA 19107, ATTN: Ms. Celeste W. Dow. Please reference the solicitation number on the outer envelope. Special attention should be given to the following areas on the SF 330, Part I, Item C: list only the team members including staff professionals who will actually perform the major tasks under this contract. Part I, Item F(24) - list up to 5 projects, "not 5 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. Part I, F(25)- give a synopsis of the scope of work for each project, stating clearly what tasks were performed by the prime firm. Part I, Item F(23) - give a point of contact and telephone number for each project. Part I, Item H - 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 H must read: "I hereby certify that the firm or firms listed in Part I, Item C meets the geographical limitations stated in the CBD announcement for this contract. This solicitation is being issued as a Full and Open Competition, all interested parties are invited to submit qualifications. NAICS Code 541310/541330. This is not a request for a fee proposal.
 
Place of Performance
Address: VARIOUS LOCATIONS THROUGHOUT REGION 3
Zip Code: PA
Country: USA
 
Record
SN00552625-W 20040325/040323212327 (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.