|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 5,1995 PSA#1318GSA, PBS, Property Management Contracts Branch, 5PMC-E, JCK Federal
Building, 230 South Dearborn Street, Rm 3360, Chicago, Illinois
60604-1696 C -- ARCHITECT/ENGINEER SERVICES, REGION-WIDE (ILLINOIS, INDIANA,
MICHIGAN, MINNESOTA, OHIO AND WISCONSIN) SOL GS05P95GBD0048. POC
Questions may be directed to Terri De Wees, Contract Specialist,
312/886-4104. Indefinite quantity contract to provide supplemental
architect-engineer services, consisting of the regulatory and
constructibility review of design documents (drawings and
specifications) for various Federal Government Building construction
projects, assuring full compliance with all aspects of the project
requirements including but not limited to the following: a) Compliance
with all applicable regulations, codes and standards, b) Materials,
processes, equipment, and labor are appropriate, available,
non-proprietary, and comply with Buy American Act provisions, c)
Drawings are complete and coordinated among disciplines, d) Defects,
conflicts, ambiguities, or lack of clarity in documents are identified
for correction, e) Use of bid options and unit prices are logical, f)
All required construction work is included in the design documents, g)
Selected building systems are compatible, viable, and energy efficient,
and h) General condition items are properly addressed. The projects
will be located in the following states: Illinois, Indiana, Michigan,
Minnesota, Ohio and Wisconsin (Great Lakes Region). One, or more of the
following engineering disciplines may be involved in reviewing of a
specific project: architectural, civil, structural, mechanical,
electrical, and environmental as well as landscape design. Projects to
be reviewed may be the design of either GSA staff architects and
engineers, or consultant Architect/Engineering firms. Review comments
shall be made separately for each engineering discipline and combined
into one report. The duration of the base contract will be one year.
The contract will include a provision for four options, each could
extend the contract for an additional one-year period and may be
exercised at the option of the Government. The maximum ordering
limitation is $750,000 for each one-year period. The selected firm must
negotiate overhead and profit rates and hourly rates for anticipated
disciplines for use in negotiating fixed-price work orders. For
projects with an estimated construction cost of $2,000,000 or less, the
Government may use the fixed price amounts provided in the supplemental
A/E Lookup Table provided during the initial contract negotiations.
However, the Government reserves the right to award a contract based on
negotiated overhead, profit, and hourly rates only, as well as to use
those rates for work orders which do not fall within the scope of the
Lookup Table. Consideration will be limited to firms having an existing
active design production office within the geographic borders of the
six state region of Illinois, Indiana, Michigan, Minnesota, Ohio and
Wisconsin. Each Joint Venture must have an existing active design
production office within the designated geographic limitations. Joint
venture or firm/consultant arrangements will be considered and
evaluated on a demonstrated interdependency of the members to provide
a quality design effort. Selection to be based upon: 40% experience in
similar types of services on similar projects, 25% for project team
including key personnel with commitment to project and qualifications
and relevant experience as individuals and as a team, certification in
asbestos and hazardous materials; 25% for project management including
project management plan, coordination, scheduling, cost control methods
and production techniques including CAD capabilities and work
processing; 10% for creative ability including visual and narrative
evidence of teams ability with respect to innovative solutions. The
anticipated effective date of this contract is January 1996. Firms or
Joint ventures having the capacity to perform the services described in
this announcement are invited to respond by submitting a completed,
current, and signed Standard Form 254 and 255 (Architect/Engineer and
Related Services Questionnaire and Specific Projects, respectively),
and a complete 254 for each of the proposed consultants. Responses must
be received at the above referenced address NLT 30 calendar days from
the date of this notice by 4:00 P.M. (local time). If the 30th day
falls on a Saturday, Sunday, or U.S. Government holiday, the deadline
will be 4:00 P.M. (local time) of the next Government business day. All
firms must indicate on their responses whether they are a small or
large business concern. The applicable annual receipt criterion for a
small business concern is a concern having average annual receipts for
the preceding three years not exceeding $2,500,000. This solicitation
is open to all business concerns in accordance with the Small Business
Competitiveness Demonstration Program. Therefore, responses from both
small and large concerns will be considered and evaluated for
selection. All large businesses concerns will be required to negotiate
an acceptable subcontracting plan for small, small disadvantaged, and
women-owned small business concerns prior to contract award. A
follow-up listing of firms to be interviewed will appear in this
publication. See Note 24. This is not a RFP. (090) Loren Data Corp. http://www.ld.com (SYN# 0022 19950404\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|