Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 8,1995 PSA#1279

General 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