|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 8,1995 PSA#1279General Services Administration ( 8PW ),Public Buildings Service,P. O.
Box 2 5546,Denver,CO 80225-0546 C -- SUPPLEMENTAL A/E AND CM CONTRACT FOR SOL GS-08P-95-JDC-0004 DUE
022295 POC Contact,Kip Sheppard,303/236-7230,Contracting
Officer,Marjorie C. Rosenquis t,303/236-7230 **Amendment #2**
Supplemental A/E and CM Services Contract for the states of Utah and
Wyoming, but may also include services for projects within the states
of Colorado, Montana, North Dakota, and South Dakota. Indefinite
Delivery/Indefinite Quantity contract for A/E services for a period of
one (1) year with four additional 1-year option periods. The firm
selected will provide the following as primary services: Design,
construction management and inspection, and estimating services. The
key disciplines anticipated for the primary services include but are
not limited to the following: Architectural, mechanical, electrical,
civil, structural, geotechnical, environmental, as well as estimating
and construction inspection. Secondary services may include related
services such as scope development, planning, interior design, problem
analysis, and design review, and various technical studies including,
but not limited to evaluation of historic properties, engineering of
existing (historic and non-historic) buildings, seismic and structural
evaluation of existing buildings, evaluation of existing buildings for
handicap accessibility (ADA/UFAS), identification and evaluation of
potential energy conservation projects as well as energy studies/audits
and design of energy upgrades, evaluation of existing roofs,
preparation of design programs, and preparation of environmental impact
assessments as well as familiarity with the the current state and
federal regulations and ability to identify and complete acceptable
design based options available for regulated substances such as
asbestos, PCBs, CFCs, radon and lead based paint. Secondary services
may also include specialized architectural/engineering or construction
management and technical services related to industrial hygiene, fire
safety, elevators, acoustics, security, surveying, geotechnical
testing, quality control testing, asbestos sampling,hazard
assessment,abatement design, air quality monitoring, boundary and
topographical surveying, and other various types of testing, monitoring
and quality checks as required to support the primary and secondary
services for this contract. The minimum design fee contract amount
awarded per the initial contract period (1 year) will be $25,000 and a
$25,000 minimum for each option period, if exercised by the
government. There will be no limit to the amount paid on individual
work orders and no limit on the number of work orders issued; however,
the total cumulative work order amount shall not exceed $750,000 in
any one-year contract period for the initial period or for any optional
periods exercised by the government. Projects will generally involve
repairs, alterations and improvements in connection with existing
buildings or properties, with the majority of delivery orders being
issued for projects with an Estimated Cost of Construction at Award
(ECCA) between $75,000 and $350,000. The following projects represent
examples of typical design projects and their ECCA: Exterior cleaning
and caulking, $75,000; exterior wall repairs, $50,000; replace fire
alarm system, $40,000; replace fire alarm sprinkler system, $300,000;
replace roof, $200,000; replace chiller, $250,000; resurface parking
lot, $250,000; replace heating/cooling sytem, $500,000; replace
windows, $100,000; upgrade controls, $250,000; install generator,
$300,000; restroom accessibility improvement, $200,000; elevator repair
and replacement, $300,000; interior space planning, $50,000. The firms
responding, shall demonstrate conformance to the following four
minimal requirements or will not be considered for selection:
(1)Architects and Engineers shall provide design services under the
direction of an Architect or Engineer currently licensed in Utah and/or
Wyoming. (2)Demonstrate the capability to provide study, design, and
planning, management and inspection, estimating, and testing services
with regard to PCBs, CFCs, lead based paint, radon, and asbestos
related work. (Note: The Government will not indemnify the firm against
liability involving asbestos or other hazardous materials.)
(3)Demonstrate the capability to perform the projects in metric.
(4)Demonstrate the capability to provide drawings compatible with
AUTOCADD, version 12 as well as specifications in a word processing
format in either Word 6.0 for Windows or WordPerfect software.
Evaluation factors for selection of the firm are as follows: (1)
Ability to provide Primary Services, for repair and alteration as well
as new projects, based on the following factors: Professional
qualifications, general experience, specialized experience, technical
competence, ability to coordinate work between the prime offeror and
consultants as well as serve projects in both states. 45%: (2) Past
performance in terms of quality control, quality of work, timely
performance, and prior experience working together. 30% (3) Abilility
to provide Secondary Services, for repair and alteration as well as new
projects, based on the following: Professional qualifications, general
experience, specialized experience, technical competence, ability to
coordinate work between the prime offeror and consultants as well as
serve projects in both states. 25% The government will include in the
contract a ''Supplemental A/E Look-up Table'' for setting maximum
design fee to be paid for design projects with an estimated
construction cost of less than $1,650,000. The government will use the
fixed price amounts provided in the look-up table to price applicable
delivery orders. The fixed price amounts in the look-up table will be
a function of project size, type, and complexity. The look-up table
will be provided to the A/E with the solicitation and shall be a
mandatory payment provision. For other projects, the labor rates,
overhead, profit, escalation, and other costs will be negotiated for
inclusion into the contract. This information will be used to negotiate
fixed price delivery orders over the life of the contract. Any contract
award(s) made under this procurement announcement will be written to
serve both states, regardles of offeror's location. It is desirable to
award two contracts, but the government reserves the right to make
only one award. Consideration for one award selection shall be limited
to Prime Offerors having an active design production office(s) within
the state of Utah. Consideration for the other contract selection will
be for Prime Offerors having an active design production office(s)
within Utah or Wyoming. Such production office(s) must be in operation
at the time of this announcement. In the event of a partnership or
joint venture, at least one active design production office shall be
within the areas as described above. When responding to this
announcement, offerors should fully address their capability with
regard to each of the minimal requirements, evaluation factors, and
geographical locations as listed avbove, as the top ranked firms
recommended for interview will be recommended solely on their written
responses to this announcement. Only one copy of response is required;
offerors will be considered for both positions, if eligibile, but the
Government reserves the right to award no more than one position per
prime offeror. Firms wishing to be considered must submit completed SF
254 and 255 and other pertinent information required above. These
forms must be received NLT 4:00 P.M. local time, on February 22, 1995,
by GSA, WY/UT Servie Center (8PW), Denver Federal Center, Bldg. 41,
Room 272, P.O. Box 25546, Denver, CO 80225-0546. All submittals must
clearly identify Solicitation GS-08P-95-JDC-0004 on the face of the
envelope for identification purposes. Late submittals will be in
accordance with FAR 52.215-10. Award(s) will be on or about July 18,
1995. Large businesses shall submit an acceptable subcontracting plan
(see FAR 52.219-9) or demonstrate that no subcontracting opportunities
exist. This provision to provide a formal subcontracting plan does not
apply to small business concerns. This procurement is being made under
the Small Business Competitive Demonstration Program. (0037) Loren Data Corp. http://www.ld.com (SYN# 0020 19950207\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|