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