Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 28,1995 PSA#1499

GSA, PBS, Property Management Division Engineering Services Branch (WPMOD),7th & D Streets, SW Room 2634,Washington, DC 20407

C -- A/E SUPP. FOR INSPECTIONS AND SOL GS-11P-96-EGD-0001 DUE 012296 POC Contact,Steve Smith,202/708-7765,Contracting Officer,Claire J. Cashwell,202 /708-7765 A/E Supp. for Inspections and Preparation of BER's. Supplemental Architect/Engineer (A/E) contract to provide inspection services for the preparation of Building Engineering Reports, complete cost estimates and photographs, for repair and alterations of existing buildings. The reports may include the evaluation for the entire building, grounds and the building's support systems, solutions for correcting the deficiencies, such as: a. Waterproofing including roofing, b. HVAC, c. Electrical systems, d. Plumbing systems, e. Life and firesafety deficiencies, f. Elevators and escalators, g. Handicapped facilities, h. Evidence of structural failure, i. Hazardous conditions, j. Ceiling system including evidence of leakage, and k. Special building elements such as integrated artwork, decorative elements, etc. The task orders will require recommendations and cost estimates but shall not include design of the project. Consideration for the contract will be limited to Small Business Set-Aside, joint- ventures and consultants, each demonstrating capability to perform all required services in their own active existing production offices located within Maryland, Virginia, or the District of Columbia. Travel premium will not be allowed for any projects within the National Capital Region. The National Capital Region consists of the District of Columbia, Montgomery Prince Georges Counties in Maryland, Arlington, Fairfax, Prince William and Loudon counties in Virginia, the cities of Alexandria, Falls Church and Fairfax in Virginia. The following professional disciplines are required: architectural, structural, mechanical and electrical. Specialists may also be required in hazardous material removal design, cost estimating, elevator, environmental, fire protection, life safety, and handicapped accessibility through either in-house staff or through a consultant. The Government will not indemnify the A/E against liability arising out of work involving asbestos or other hazardous materials. Tentative projects include: Building Engineering Reports for Commerce Building, GSA-Regional Office Builing, Forrestal Building, Hubert Humphrey Building, One White Flint North Building, Frances Perkins Building, and the J.W. Powell Building. Some projects may be deleted and others of a similar nature may be added. This contract will be a firm fixed price Indefinite Delivery/Indefinite Quantity contract. The duration of the contract shall be for a one year period with 2 one year option periods. The maximum ordering limitation shall be $750,000 for the base contract period and each one year option period. All services shall be procured through the issuance of Delivery Orders (Work Orders). The duration for each contract shall be one (1) base period and two (2) option periods not to exceed $750,000 for each period, for an aggregate total dollar value of $2,250,000 over a period of approximately three (3) years. The guaranteed minimum order will be $25,000 for the base period only. The evaluation criteria for selection is as follows: I. PROFESSIONAL QUALIFICATIONS (35%): A. Does the team have experience working together on similar projects? B. Is the key individual experience and professional qualification relevant to the project? C. Are the key personnel available for the project? II. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (30%): A. Is the firm's work concentration suitable to the proposed type of work? B. Does the firm's experience demonstrate innovative and alternative approaches to system upgrades in existing structures? C. Does the firm demonstrate recognition of the impact of the recommendation of the BER's on building occupants and project programming efforts? III. CAPABILITIES OF THE FIRM (20%) A. Does the firm demonstrate the capability to accomplish all project services in the required time? B. Does the firm develop and utilize typical standards for building evaluations? C. Does the firm demonstrate knowledge of the locality in proposed project area? IV. PAST PERFORMANCE (10%) A. Does the firm demonstrate effective cost control? B. Does the firm demonstrate the quality of work? C. Does the firm comply with performance schedules? V. METRIC (5%): A. Metric Experience: 1. Does the firm demonstrate experience in their use and knowledge of metric unit measures and specifying hard metric items? Only Small and small disadvantaged firms are encouraged to respond as prime contractors or as members of joint ventures with other small businesses. Specify n block 4 on SF 254 whether the firm is (a) Small Business Concern (including it's affiliates) having average annual sales or receipts for the last three (3) fiscal years not in excess of 2.5 million dollars; (b) Small Disadvantaged Business or (c) Small Women-Owned Business. The firms proposal shall include documentation of no more than three project samples similar in nature to the proposed projects. This should include no more than one type written page of narrative and three 8 x 10 inch illustrations for each project and be positioned within the perimeter of 8 1/2'' x 11'' sheets or folded 11'' x 17'' sheets. All A/E proposals shall be in an 8 1/2'' x 11'' binder presentation format. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting completed and signed SF 254 's (for firm/joint venture and team consultants), and SF 255's with a letter of interest identifying the project by solicitation number. The SF 254 shall specify the current on board personnel of each firm. A SF 254 is considered current if it is not more than 6 months old from the month of this corresponding CBD announcement. In Block 10 of the SF 255 include as the last entry the following certification, ''I hereby certify the firm (or joint venture) and consultants listed for this project meet the geographic limitations stated in the CBD announcement for this solicitation and all personnel listed (SF254) are current W-2 payroll personnel of the listing firms.'' Submissions shall be made to: General Services Administration, 7th and D Streets, Bid Room No. 1701, S.W. Washington, DC 20407 by 3:30 PM local time. The following information must be on the outside of the sealed envelope 1) Solicitation title/number 2) due date 3) closing time. Late responses are subject to FAR Provision 52.215-10. This is not a Request for Proposal (RFP). (0360)

Loren Data Corp. http://www.ld.com (SYN# 0008 19951227\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page