|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,1995 PSA#1373National Gallery of Art, Resource Acquisition, Washington, DC 20565 C -- FACILITIES PLANNING AND MAINTENANCE ASSESSMENTS POC Terry Vann
Ellis, Contract Specialist, Jane V. Singley, Contracting Officer,
202-842-6400. The National Gallery of Art is seeking to procure
services under an indefinite quantity contract for studies,
investigation, assessments, and reports for facilities planning and
maintenance management. The work requires professional services to
support themanagement and planning of the National Gallery's facilities
maintenance program. The work includes conducting surveys, collecting
data and photographs, and preparing studies, investigations, and
reports. The contract will consist of individually negotiated work
orders during a one (1) year period with an option for one (1)
additional year. The cumulative total of the contract, including the
option year, shall not exceed $200,000. Each delivery order shall not
exceed $50,000. Estimated contract award date is September 1995.
Selection will be based on the following criteria which are listed in
order of importance: (1) Experience in facilities management/public
works operations, including organization, staffng, work control,
preventive maintenance programs, HVAC systems operations and automatic
controls, housekeeping programs, facilities condition assessment, and
development of long-range maintenance and repair programs; (2) must
have provided similar assessment/studies for other art galleries,
museums, historical buildings, universities, hospitals, or
municipalities.; (3) capability to sustain accomplishment of work
within established time limits for multiple and simultaneous delivery
orders; (4) past performance ratings from clients for related work
performed within the last five (5) years. Include names and current
phone numbers for at least five clients. Clients will be contacted
during the evaluation process; (5) preference will be given to firms
within communting distance of Washington DC. Unless otherwise
specified, the final product of specific work orders will generally be
a bound report and/or an MS DOS based electronically formatted report.
Bound reports shall include compilation of the required work with all
appropriate back-up material, including graphics, tables, references,
etc. Unless specified in the scope of work, an executive summary shall
be included at the beginning of all reports. The selected firm will be
required to provide overhead, profit and anticipated disciplines'
hourly rates to the Contracting Officer within ten (10) days of
receiving the Request for Proposal (RFP). The selected firm may be
subject to advisory audits. The first delivery order will be identified
after initial award of the contract. The selected firm will also be
required to participate in an orientation and site visit meeting within
seven (7) days of notification. Each delivery order will be firm
fixed-priced. Firms which meet the requirements described are invited
to submit completed SF-254's and SF-255's to this office within 30
calendar days from the date of this announcement. SF-254's and SF-255's
are also required to be submitted for all subcontractors that the prime
contractor plans to utilize under this contract. Only the 11-92 edition
of the SF-254 and SF-255 will be accepted. Supplemental information
regarding specialized experience should be included in the SF-255.
Firms are requested to include telefax numbers. Firms are reminded to
complete all blocks on the SF-254 and SF-255. Responding firms are
required to clearly identify tasks to be performed in-house and those
to be subcontracted. Firms must submit the names and supporting
qualifications of all subcontractors. In Block 10, state why your firm
is specially qualified based on the selection evaluation criteria.
ONly the SF-254 and SF-255 will be reviewed. Experience identified in
Block 8 should not be more than five years old. The firm's person
proposed to be the direct contact with NGA throughout the contract work
must be identified as the ''Project Manager.'' Firms which do not
comply with requirements will be considered non-responsive. No other
general notification to firms under consideration for this project will
be made. The SIC code is 8713. No additional roject information will be
given to firms. Phone calls are discouraged. Site visits will not be
arranged during the advertisement period. Submit SF-254 and SF-255 to
the National Gallery of Art, Resource Acquisition Office/ARAP, 6th &
Constitution Ave., N.W., Washington DC 20565, Attn: Terry Vann Ellis,
by 3:30 p.m. on the established due date. Fax copies of SF-254's and
SF-255's will not be accepted. This is not a request for proposals. All
responsible sources may submit a response which will be considered.
(0171) Loren Data Corp. http://www.ld.com (SYN# 0014 19950621\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|