SOLICITATION NOTICE
C -- Space Planning Services
- Notice Date
- 1/31/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PMA), 819 Taylor St., Rm. 12A28, Fort Worth, TX, 76102
- ZIP Code
- 76102
- Solicitation Number
- GS-07P-02-HHD-0038
- Response Due
- 2/19/2002
- Point of Contact
- Mark Brady, Contracting Officer, Phone (817) 978-7109, Fax (817) 978-2577, - Diana Henderson, Contracting Officer, Phone (817) 978-2260, Fax (817) 978-2577,
- E-Mail Address
-
mark.brady@gsa.gov, diana.henderson@gsa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- (1) NAICS 541310 Submittals (SF 254/255 - see numbered note (24)) must be received by the General Services Administration (GSA), Special Service Division (7PMA), 819 Taylor St., Rm. 12A28, Fort Worth, TX 76102, (817) 978-7109, no later than 4:00 p.m. CST, February 19, 2002. This is a 100% small business set-aside. Only proposals from small businesses will be considered. All submittals must clearly indicate the solicitation number GS-07P-02-HHD-0038, on the face of the envelope for identification purposes. Late submittals will be handled in accordance with FAR 15.208. This is an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Space Planning Services for a period of one year with four 1-year options. The primary area for work will be Region 7, defined as the states of Texas, New Mexico, Oklahoma, Arkansas, and Louisiana. The purpose of this contract is to provide space planning services on an as needed basis to GSA, its client agencies, and other Federal agencies. The firm selected will be required to perform space programming, space planning, interior design, base and assignment work (measurement), and prepare plans and other documentation required to insure that space needs are met. The firm selected will provide base drawings which accurately represent all fixed architectural and structural elements, assignment drawings which accurately reflect as-built conditions and include statistical information broken down by tenant organizational unit indicating square footage and GSA space classification categories. The firm selected will have a working knowledge of the current ANSI/BOMA standards. The work may also include, but is not limited to, programming, consisting of collecting, verifying, and analyzing Government provided organization information, and conducting interviews with specified agency representatives. The work may also include, but is not limited to, space plans, layouts, block plans, stacking plans, schematic plans, hard-line design intent drawings, quality graphic design, move coordination, cost estimates, construction management, inspection and review services and in certain instances complete architectural construction documents. There will be no limit to the amount paid on individual delivery orders and no limit on project size, however, the total cumulative delivery order amount shall not exceed $3,000,000 in any one-year contract period. The guaranteed minimum is $500.00 per one-year contract period. Projects will generally involve 4,000 to 100,000 square feet, but could be of any size. Evaluation factors, with the most significant factors listed first (NOTE: Factors (1) and (2) are of equal importance), for the selection of the firm are as follows: (1) Experience - a firm must have personnel with the professional qualifications, expertise and education level to provide the required space planning services. The firm must demonstrate their experience in programming, space planning, design intent drawings, and base and assignment work. Experience in each of these areas must be documented for a minumum of five separate projects completed over the past three years that range in size from 50,000 to 200,000 square feet of commercial office-type space. Space planning projects must have included analysis and planning to accommodate life safety and accessibility codes and standards. (2) Past Perfomance - a firm must demonstrate capability and past performance on the above listed types of work. References must be submitted. (3) Facilities - firm must demonstrate the capability to operate and utilize Autocad products as specified in the Standard for PBS CAD Deliverables found at http://www.gsa.gov/cifm, and have sufficient equipment to allow simultaneous use by the firm's employees. Firms, when responding to this announcement, should address their capability with regard to each of the evaluation factors listed above, as the top rated firms recommended for interview will be recommended solely on their written response to this announcement. Firms wishing to be considered must submit completed Standard Forms 254 and 255 and other pertinent information, necessary to completely address the evaluation factors above. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (31-JAN-2002). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 23-MAR-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/7PMA/GS-07P-02-HHD-0038/listing.html)
- Place of Performance
- Address: Region 7 - AR, LA, NM, OK, TX.
- Country: USA
- Country: USA
- Record
- SN00552804-F 20040325/040323213524 (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 |