Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 11,1995 PSA#1260

GSA, PBS Contracts, The Wanamaker Building, 100 Penn Square East, Philadelphia, PA 19107-3396

C -- A/E SUPPLEMENTAL TERM CONTRACT FOR BUILDING EVALUATION REPORTS WITHIN THE MID-ATLANTIC REGION SOL GS-03P-95-CDD-0127 DUE 021395 POC Contact, Sheryl Cohen, 215/656-6111, Contracting Officer, M. E. Lewandowski, 215/656-6106 Full Architect-Engineering Services Supplemental term contract for Building Engineering Reports (BER) for the Mid-Atlantic Region (Region 3) which includes the states of Pennsylvania, Maryland, Delaware, Virginia, West Virginia and starting atTrenton and extending south throughout the state of New Jersey. The scope of services for the general building evaluation portion of the BER shall consist of: 1)inspection of the building and the building systems, to determine the physical condition ofthe building components and their operational capacities (infrared and other specialized investigations of roofs and facades will be required for individual buildings), 2)load tests of electrical and mechanical equipment to the extent necessary to bereasonably certain of proper operation and capacity, 3)review of maintenance records as a means to predict system longevity, probable equipment replacement requirements and replacement dates, 4)when major systems or items of equipment are determined toneed replacement, life cycle cost analysis will be performed to evaluate equipment replacement options, 5)synthesis of inspection/testing results with the results of the Safety and Environmental Management (S&EM) survey, and with studies conducted byother consultants (eg: energy audits, historic building preservation plans, asbestos surveys), into a single comprehensive document to be used in planning future investments for repairs and alterations. The BER will present required investments as workitems or groups of work items categorized as: 1)emergency, 2)short term requirements needed within one to five years, and 3)long term modernization needs of the building for up to twenty years. The evaluation shall provide a three level report;Existing Conditions Reports, Pre-final BER, and Final BER. The BER shall also contain a S&EM building assessment survey, the findings of which shall be fully integrated into the descriptions of the fire protection, safety, and environmental buildingstems and all other impacted building systems. The S&EM building assessment survey is a report which provides a complete evaluation of the features of the facility structure, function, operational support systems, and occupancy as they impact fireprotection, facility safety and health, and environmental management. The report should identify potential exposures to risk of loss of life, property, or tenant mission from the effects of fire, accidents, and/or environmental health and environmentalissues/incidents. The S&EM survey examines three professional disciplines: fire protection, facility safety and health, and environmental management. The S&EM building assessment survey shall consist of: 1)a survey of the building, its occupancies andoperations, considered as part of the ''total system'' relative to overall safety including a witnessing of testing of fire protection equipment and systems to the extent necessary to be reasonably certain of their proper operation, and reviewing ofmaintenance records, maintenance and operation manuals and emergency procedures for all fire protection and environmental equipment/systems; 2)identification and analysis of the systems and risk conditions; 3)recommendations of alternatives to mitigatethe risk conditions including estimating cost and prioritization of solutions considering the severity of the risk and the cost of the recommended solution. The survey analysis shall be risk-based, using analytical and empirical tools including theFire Safety Evaluation (NFPA 101M, Alternate Approaches to Life Safety), and if necessary, approved fire modeling programs. All portions of the BER and S&EM Survey shall be prepared by engineers and architects with at least two (2) years of experiencein performing building evaluations and the evaluation team shall include at least one registered architect, and at least one licensed professional engineer of each of the following types: mechanical engineer, electrical engineer, and structuralengineer. Estimating and life cycle cost analysis shall be performed by personnel having at least 5 years demonstrated experience in these disciplines. For the S&EM portion described below, the team shall include a licensed fire protection engineer, apracticing Industrial Hygienist who holds a certification in the comprehensive practice of industrial hygiene by the American Board of Industrial Hygiene and have 1-3 years experience in performing indoor air quality surveys, and a qualified industrialhygienist or safety engineer licensed as a Certified Safety Professional. Contract requirements for each project submission are Autocad Release 12 or compatible CAD System for drawings; Microsoft Word 6.0 or compatible Word Processing software for allwritten documents (reports); and Microsoft Excel for all estimates. Consideration will be limited to prime firms capable of providing a minimum of 50% of the building system evaluation and inspection services with in- house personnel in an existingoffice within the Mid-Atlantic Region. The estimated Early Contract Start Date is 8/95 (Base Year plus four (4) one- year options). Categories of evaluation criteria to be applied in the selection process in descending order of importance are asfollows: 1) Past Performance & experience with related or similar reports- The firm or firms will provide a separate detailed narrative of a maximum of 10 relevant projects completed within the past 10 years as noted in SF255 Item #8. In addition, pastperformance will be evaluated based upon the following supplemental submission requirements: a) Submit project excerpts high- lighted to identify the relevant section, the total of sample work submitted not to exceed 30 pages. No photographs orfold-out plans shall be submitted. Highlighted project material should include an additional (1) page summary, describing the relevant material illustrated on the high- lighted example; or, b)A three page (maximum) typed description summarizing aproject or discussing the firm's ability to handle the project may be substituted for highlighted examples of past work if no example is available. Categories of sample work shall include the following: A. Fire Safety- risk analysis, discussion andrecommendations requiring knowledge and interpretation of the Life Safety Code and other National Fire Protection Association(NFPA) code requirements. B. Field Testing Report- either a routine field testing report or, preferably, a field test summarywhere the data identified a problem, either electrical or mechanical, and the thought process leading to a recommendation and prioritization of a repair. C. Life Cycle Costing- major equipment replacement, summary or conclusion sections only. D. Repairor Modernization Plan- Demonstrate the ability to group related repair items into a comprehensive phased plan. Highlight the ability to prioritize repair needs. E. Basic inspection plan- Discuss on a system that required investigation to find out whatwas wrong and recommendations provided on repair alternatives. 2)Personal Building Evaluation Capability and Experience- Team members will be evaluated on the basis of their education and professional certification or licensor and experience. Teammembers' experience will be evaluated on their assignments on completed projects. 3)Organization & Management- Capability of team organization and ability to control budgets, schedules and quality assurance. Critical factors include prior experience,types and numbers of personnel in desired disciplines, experience of team members including length of service with the firm. 4)Previous Experience with GSA. 5) Proposed Involvement of woman-owned and minority owned firms. Special attention should begiven in the following areas of the SF255: Item 7: list only the team members including staff professionals who will actually perform the major tasks under this contract. Item 8: list up to 10 projects, not 10 projects for each firm (jointventure/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. Item 8b: give a synopsis of the scope of work for each project, statingclearly what tasks were performed by the prime firm. Item 9c: give a point of contact and telephone number for each project. Item 10: in a narrative form, outline your firm's approach to provide a complete and thorough inspection and evaluation of theentire building, grounds and the existing building operational system. Include a proposed A-E team chart and any additional information regarding the firm's qualifications to perform work similar in scope and size to this project. The last entry underitem 10 must read ''I hereby certify that the firm listed under item 1 meets the geographical limitations stated in the CBD announcement for this contract.'' GSA will conduct interviews of the short listed firms, including key consultants. An exampledocument will be provided to all short listed before the second stage evaluation. Additional guidance may be provided to direct A/E's as to the focus of the presentation. The contract will include hourly rates for anticipated disciplines for use innegotiating fixed price work orders. The maximum amount to be expended under the contract shall not exceed $750,000 per year. Firms meeting the designated geographical limitations and having the capabilities to perform the services described hereinare invited to respond by submitting Standard Form 254s and 255s (revised November 1992), as well as supplemental submittal requirements discussed under evaluation criteria #1. All information submitted shall reflect the entire project team andqualifications. This is not a request for proposal. This contract is a total Small Business Set Aside, the size standard for which is a Concern including its affiliates, having an average annual sale or receipts for its proceeding three (3) fiscalyears not in excess of $2,500,000.00. Firms desiring consideration shall submit a letter of interest (identifying this announcement by number) and other appropriate data within 30 calendar days of the date of this notice, to: GSA, Region 3 (3PKC), TheWanamaker Bldg., Room 725, 100 Penn Square East, Philadelphia, PA 19107, Attn: Sheryl Cohen.(0009)

Loren Data Corp. http://www.ld.com (SYN# 0013 19950110\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page