Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 5,1995 PSA#1318

GSA, 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