Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1995 PSA#1391

GSA, PBS Contracts,The Wanamaker Building,100 Penn Square East,Philadelphia,,PA 19107-3396

C -- FULL ARCHITECTURAL SERVICES SOL GS-03P-95-CDD-0157 DUE 112495 POC Contact,Lydia Domenech,215/656-6098,Contracting Officer,Maria L. Ali,215/65 6-6104 Full Architectural and related engineering design services for projects throughout the primary geographical area of the Commonwealth of PA; excluding counties of Philadelphia, Bucks, Montgomery, Chester and Delaware. Secondary geographical area will include Sussex, Warren, Somerset, Hunterdon, Mercer, Ocean, Burlington, Camden, Gloucester, Atlantic, Salem, Cumberland and Cape May counties of NJ, and Bucks, Montgomery, Philadelphia, Chester and Delaware counties of PA. Full design services are required for repairs, alterations, renovations and modernization of buildings and building systems. In addition, the Government, at its option, reserves the right to order services in the secondary geographical area. Full design capability in metric terms will be required. Projects under this contract are primarily Architectural with related Mechanical, Electrical, Fire Protection and Code Compliance installation, ranging in nature from complex to simple, requiring in many instances the need for full hazardous material abatement designs. This work requires the preparation of feasibility studies, design development, construction documents and monitoring of construction as required. The work as stated above will involve multiple work orders to be done concurrently within the primary geographical areas. Repair and alteration work will be for federal facilities and generally will range up to $1,700,000.00 in construction costs. All graphic submissions shall be submitted in a computer format: Autocad, latest release. Use of other computer graphics systems, if approved, must be compatible to Autocad and submitted on a DXF file to be edited to Autocad R12. All cost estimates are to be prepared in Microsoft Excel and all written documents in Microsoft Word. The above reference submissions shall be submitted on 3.50'' double-sided high design floppy disks. Respondents must demonstrate capability and a planned approach to perform all required services and must have an established existing design production office(s) located within the primary geographical area. The firm must have demonstrated previous design experience with repair and alteration work in occupied facilities. CATEGORIES OF EVALUATION CRITERIA TO BE APPLIED IN THE SELECTION PROCESS IN DESCENDING ORDER OF IMPORTANCE ARE AS FOLLOWS: 1. PAST PERFORMANCE & EXPERIENCE with related or similar projects. The firm will provide a separate detailed narrative of only five relevant projects as noted in SF 255, Item #8. List projects which demonstrate firm's experience with projects that are relevant to the type of work being solicited. Narrative description will be limited to half page per project and 200 words or less. 2. ORGANIZATION AND MANAGEMENT: Capability of team organization and ability to control budgets, schedules, and quality assurance on multiple work orders occurring simultaneously. Critical factors include prior experience, types and numbers of personnel in desired disciplines, experience of team members; length of relationship of proposed team. 3. PERSONNEL QUALIFICATIONS: Team members will be evaluated on the basis of their education and professional certification or licensure and experience within each of the disciplines identified. Demonstrated ability to work as team member of repair and alteration projects of similar size and scope in occupied buildings. Past performance track record on previous GSA projects of lead engineer working in partnership with client. 4. PREVIOUS EXPERIENCE AND FAMILIARITY with federal government design standards, procedures and with System International units (metric). ***Extra credit supplemental points are set aside for participation of minority and women owned firms. Consideration will be limited to prime firms capable of providing a minimum of 50% of services with in-house resources in existing active design office in the primary geographical area. The estimated early contract start date is June, 1996, and the estimated early finish date is May, 2001. The contract will cover an initial one (1) base year with four (4) one (1) year renewal options. The contract will include hourly rates for anticipated disciplines for use in negotiating fixed price orders that are not covered by the contract Look-Up Table. The Government will use the fixed price amounts provided in the Supplemental Architect-Engineer Contract Look-Up Tables based on construction cost for pricing all work orders. The total fee amount includes costs for concepts, tentative, working drawing services, clarification drawings and specifications, demolition drawings and specifications, permanent and demountable partitions design, reproductions cost incidental to preparing contract documents. Costs associated with feasibility studies, field measurements, existing facility survey, travel construction inspection are not included and must be negotiated separately. These tables will be provided to the A- E during initial contract negotiations. It is the Government's intent to incorporate the Look-Up Tables into the contract as mandatory payment provision. However, the Government reserves the right to award a contract based on the negotiated hourly rates only. The maximum amount to be expended under the contract shall not exceed $750,000.00 per year. Firms meeting the designated geographical limitations and having the capabilities to perform the services described herein are invited to respond by submitting completed SF 255 along with a letter of interest (identifying this announcement by number) to the office listed below within 30 calendar days of the date of this notice. NOTE: The due date listed at the beginning of this notice will apply to the selected A-E firm only. The due date for the SF 255 is 30 calendar days of the date of this notice. Please use revised SF 255 dated November 1992; copies can be obtained by calling (215)656-5525. SPECIAL ATTENTION SHOULD BE GIVEN IN THE FOLLOWING AREAS OF THE SF 255: ITEM 7: List only the team members including staff professionals who will actually perform the major tasks under this contract. Item 7(g) experience and role of persons proposed on the five selected relevant projects. List only lead design A-E for architectural, mechanical, electrical, fire protection. List no more than 2 personnel per discipline who will furnish the design services under this contract. The following is a list of anticipated disciplines to be used. Includes, but not limited to, principal, Sr Architect, JR Architect, Architect DM, Space Planner, Interior Designer, CAD Operator, Industrial Hyg, Planner/Schedule, PM, SR Mech Eng, JR Mech Eng, Mechanical DM, SR Elec Eng, JR Elec Eng, Elec DM, SR Struc Eng, JR Struc Eng, Structural DM, Fire Protection Eng, Vertical Trans Eng, Cost Estimator, Spec Writer, and typist. ITEM 8: List only 5 projects, not 5 projects for each firm (Joint Venture/Consultants). Indicate which firms performed each of the projects and their specific responsibility and function. Include only relevant projects of similar size and scope to those to be performed under this contract. The relevant projects presented must demonstrate the firms capability to design complex projects to be constructed in occupied facilities having sensitive tenants. Those projects must show how the firm phases the project to maintain security, noise control and continued normal operation of the facility. ITEM 8b: Give a brief synopsis of the scope of work for each project. ITEM 9c: Give a point of contact and telephone number for each project. ITEM 10: In a narrative form, outline your firm's approach to design reviews, quality control and project management. Include additional information regarding the firm's qualifications to perform work similar in scope and size. The last entry under Item 10 must read: ''I hereby certify that the firm listed under Item 1 is a small business and meets the primary geographical limitations as stated in the CBD announcement for this contract.'' This is not a Request for Proposals. This contract is a Total Small Business Set Aside. To be considered a small business, the size standard for a concern including its affiliates, is having an annual sale of receipts for its preceding three (3) fiscal years not in excess of $2,500,000.00. Metric guidance may also be found in AIA Graphic Standards (Eighth Edition, pgs 813-831), ASHRAE SI METRIC GUIDE, ASTM E621, and ASTM E380. Firms desiring consideration shall submit appropriate data in Numbered note 24 to GSA, Keystone Realty Services District, The Wanamaker Building, Room 727, 100 Penn Square East, ATTN: Ms. Lydia Domenech, Philadelphia, PA 19107. SIC Code 8712. (0198)

Loren Data Corp. http://www.ld.com (SYN# 0016 19950718\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page