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