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