Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2005 FBO #1180
SOLICITATION NOTICE

C -- A & E Engineering Services Construction

Notice Date
2/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Philatlantic Service Center (3PP), The Strawbridge Building 20 N 8th Street, 8th Floor, Philadelphia, PA, 19107-3191
 
ZIP Code
19107-3191
 
Solicitation Number
GS-03P-05-AZD-0022
 
Response Due
3/21/2005
 
Archive Date
4/5/2005
 
Small Business Set-Aside
Total Small Business
 
Description
February 16, 2005 MULTIPLE AWARD REGIONWIDE SUPPLEMENTAL TERM ROOFING AND WATERPROOFING CONTRACT CATEGORY: C ? Architect and Engineering Services ? Construction SOLICITATION #: GS-03P-05-AZD-0022 Synopsis: Multiple Award Regionwide Supplemental Term Roofing and Waterproofing Consultants for Design and Inspection Services for projects throughout the geographical area of Commonwealths of Pennsylvania and Virginia ( excluding the counties of Arlington, Fairfax, Loudoun, Prince William, and the cities of Fairfax, Falls Church, and Alexandria ) and the states of Maryland ( excluding Prince Georges and Montgomery Counties ), Delaware, West Virginia, and the following counties in New Jersey: Sussex, Warren, Somerset, Hunterdon, Mercer, Ocean, Burlington, Camden, Gloucester, Atlantic, Salem, Cumberland, and Cape May. Services to be provided shall include, but not be limited to: design of repairs to existing roofs; design for full re-roofing of existing structures; incidental structural services; contract administration services; cost estimates; resolution of waterproofing problems of building exteriors, open plazas and parking garages; review of construction documents for roofing and waterproofing work; inspection of existing roofing work and evaluation of existing problem roofs; attending pre-construction conferences; interim inspection during construction; participate in final inspection of completed roofing work, etc. It is GSA?s intention to award two (2) or more term contracts to firms that can meet the requirements to GSA?s satisfaction. Firms must have the organizational capability to service the entire geographic region cited in this announcement. Firms must have previous experience and must be able to provide full roof inspection services on call throughout the designated areas. Several work orders for design and/or inspection services may be issued simultaneously, especially for inspection services. Firms should be able to provide full time inspectors at several locations simultaneously. Prime firms and consultants must comply with GSA Mid-Atlantic Region?s CAD Deliverable Policy. A copy of the policy can be found at: http://www.gsa.gov/midatlanticcadpolicy Respondents must demonstrate capability and a planned approach to perform services in existing design production offices located within the geographical areas. CATEGORIES OF EVALUATION CRITERIA TO BE APPLIED IN THE SELECTION PROCESS IN THE ORDER OF IMPORTANCE ARE AS FOLLOWS: 1. PAST PERFORMANCE & EXPERIENCE with related or similar projects. Experience on Federal projects (including GSA projects). Firm must demonstrate a working knowledge of applicable Federal Regulations, including NEPA and RCRA. The firm will provide a separate detailed narrative of ten (10) relevant projects as noted in SF 330 Section F. List projects which demonstrate firm?s experience with projects of similar size and scope (not bridges or tunnels, etc.). At least five (5) of the projects provided will have been completed within the past five (5) years. PERSONNEL QUALIFICATIONS: Design team members will be evaluated on the basis of their education and professional certification or licensure and experience. Inspectors must have demonstrated knowledge of and experience in roofing and waterproofing work of similar scope in occupied buildings and possess applicable certifications. The firm must identify a minimum of 3 qualified inspectors. 3. ORGANIZATION AND MANAGEMENT: Capability of team organization and ability to estimate cost, control budgets, project scheduling and quality control. Ability to handle multiple projects. 4. PARTICIPATION OF SMALL DISABLED VETERAN OWNED, 8(a), AND HUBZONE FIRMS. Consideration will be limited to prime firms capable of providing at least 50% of services with in-house resources in existing active office in the geographical area included in this synopsis. The estimated early contract start date is June, 2005. Base year with four (4) yearly options. The maximum amount to be expended under the contract shall not exceed $750,000.00. The total value of work order placed against the contract for any year may be exceeded by the contracting officer by up to 150% of the cumulative fee of $750,000.00 per year or $1,125,000.00. The guaranteed minimum amount of the contract will be $2,500.00 for the base year only. It is the Government?s intent to incorporate Look-Up Tables into the contract as mandatory payment provision. These tables will be provided to the A-E during initial contract negotiations. The contract will include hourly rates for anticipated related disciplines for use in negotiating fixed price work orders that are not covered by the Look-Up Tables. For the design phase portion of projects with an estimated construction cost up to $2,360,000.00, the Government will use the fixed price amounts provided in the Supplemental Architect-Engineer Contract Look-Up Tables for pricing work orders. However, the Government reserves the right to award a work order based on the negotiated hourly rates only. Firms meeting the geographical limitation and having the capability to perform the services described are herein invited to respond by submitting completed SF 330, along with a letter of interest (identifying this announcement by SOL number) to the office listed below. Special attention should be given to the following areas: Section E - list only the team members, including staff professionals, who will actually perform the major tasks under this contract. Section F - list up to 10 projects, not 10 projects for each firm (joint venture/consultants). Indicate which firms performed each of the projects. Include only relevant projects of similar size and scope to those to be performed under this contract. Section F (Item 24) - give a synopsis for the scope of work for each project, stating clearly what tasks were performed by the prime firm. Section 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. Please include the following statement in this section: "I hereby certify that the firm listed under Part I meets the geographical limitations stated in the FedBizOpps announcement for this contract". Firms shall provide this office with one (1) original and three (3) copies of their entire submission. This is not a request for proposal. This contract will be procured under the Brooks Act (Public Law 92-582) and FAR Part 36. This contract is a total Small Business set aside, with a size standard of an average annual sale or receipts for its preceding three (3) fiscal years not in excess of $4,000,000.00 (NAICS 541310). Firms desiring consideration must submit appropriate data no later than 2:00PM EST, March 19, 2005 to: GSA Mid-Atlantic Region, Philatlantic Service Center (3PP), The Strawbridge Building, 20 North 8th Street, 8th Floor, Philadelphia, PA 19107 attn: Paul H. Ferguson, Contract Specialist. Facsimile responses will not be accepted. All questions should be either faxed to Mr. Ferguson at 215.446.6009 or e-mailed to: paul.ferguson@gsa.gov
 
Place of Performance
Address: Philadelphia, Pennsylvania
Zip Code: 19107
 
Record
SN00753207-W 20050218/050217080709 (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.