Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 22,1996 PSA#1514

General Services Administration, PBS,26 Federal Plaza,,New York,NY 10278

R -- TERM CONTRACT- CM SVCS FOR METRO NY & NJ SOL GS-02P-96-DTD-0006 DUE 022296 POC Contact,Adria Rachel Friedman,212/264-9489,Contracting Officer,Joan Betts,2 12/264-9486 The General Services Administration (GSA) seeks a firm with management experience in design and construction to provide services for design phase review, project administration management, and quality control.Supplemental Construction Management services on an as needed basis for a term of one year under a firm fixed price indefinite quantity contract, for projects located in Metropolitan New York, and New Jersey (Counties of Bergen, Essex, Union, Morris, Passaic, Hudson, Middlesex, and Monmouth). The contract will contain four unilateral one-year renewal options. The total aggregate maximum order limitation shall not exceed $750,000.00 during the base period or any option year. The minimum guarantee is 2% of the maximum work order limitation. GSA is seeking a firm with qualifications and experience in managing design and construction projects for $2,000,000.00 or more. All services shall be performed under the direction and supervision of professional architects and/or engineers. Services shall include, but not be limited to, investigations, building evaluation reports, testing services, and prospectus development studies. In addition, primary design management will include but will not be limited to review of design documents including design development and working drawings for constructibility, and conducting value engineering. The CM will assist GSA during procurement and bidding. During construction, services will include project coordination and reporting, cost and schedule control, review of submittals, testing services, contract administration including inspection for conformance with design and specifications, change order administration, claims analysis and litigation support, and other contract quality assurance funtions. Selection will be based on the follwing three evaluation criteria: (I) EXPERIENCE (45%)-Back- ground with respect to design and construction management for the types of contracts and services specified in this solicitation. Relevant experience with Federal agencies and knowledge of applicable Government regulations. Local area experince, and demonstrated ability to render professioanl services in a responsible manner to further the client's interest. (II) PROJECT TEAM (35%)-Education & background qualifications, professioanl licences, and affiliations of principle team members. The team's demonstrated ability of working together to provide similar relevant services to public and private sector clients (with references). (III) MANAGMENT & ORGANIZATION (20%)-Managment approach to performing the work. The firm (and its consultants') capability of staffing the project with qualified personnel in relation to its current workload, ability to effectively repond to workload fluctuations and to accomplish within established schedules. Ability to provide qualifed employees from within their ongoing full time staff. Demonstrated continuity of personnel. Adequacy of support facilities. Consideration will be limited to firms with an active office within the geographic area referred to above. The successful offeror will be required to properly staff offices at job sites of the larger projects for the duration of the construction phase. A joint venture firm/consultant arrangement(s) will be considered and evaluated by the demonstrated interdependence of the members and ability to provide quality design and construction managment services. At least one key member in any proposed joint venture must have an existing active office within the stated geographic limits. Architect-Engineer firms must indicate their ability to comply with the area of consideration required as part of their response to this notification. Small and minority businesses are encouraged to participate. This procurement will be open to both large and small business concerns and is being issued under the Small Business Competitiveness Demonstration Program. In accordance with Public Law 95-507, the selected A-E will be required to provide maximum practicable opportunities for Small Business Concerns and Small Disadvantaged Business and Small Women Owned Business Concerns owned and controlled by socially and economically disadvantaged individuals to participate as subcontractors in the performance of the contract. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established subcontracting goals of 32 percent for small business, 6 percent for small disadvantaged business and 3 percent for womwn-owned business. In support of the agency's efforts, firms seeking consideration for this contract should provide maximum practicable subcontracting opportunities for small, small disadvantaged and small women-owned business. The use of subcontractors/ consultants shown on submitted SF254's will be reflected in a Small Business subcontracting plan included in the contract. Firms must also provide a brief written narrative of outreach efforts made to utilize small, small disadvantaged, and women-owned business. The narrative shall not exceed one typewritten page. An acceptable subcontracting plan will be a preaward submission requirement of the selected firm, and must be agreed upon before contract award. Small Businesses are not subject to this requirement. The size standard for a small business concern under this announcment is a concern, including its affiliates, having an average annual sales receipt for its preceding three fiscal years not in excess of $3,500,000.00. Scope of services and draft contract will be furnished to all firms being interviewed. The A-E selected will be required to furnish to the Contracting Officer preliminary salray rates and furnish to the Contracting Officer preliminary salary and overhead rate(s) within 14 calendar days of selection notification. Architect-engineer firms having the capability for the proposed work, in order to be considered, must submit all Standard Forms 254 and 255 no later than 4:30 PM EST, February 22, 1996, along with a statement of the current workload of the firm and detailed information concerning several selected projects which demonstrate the firm's ability to provide similar relevant services as required by the evaluation criteria under EXPERIENCE. A shortlist of the top firms (at least 3), based on the above criteria will be notified for interviews from which a final slecetion will be made. Refer to Solicitation No. GS-02P-96-DTD-0006(N), A-E Construction Management for Various Office Buildings in New York Metro Area and New Jersey. Closing Date: February 22, 1996. Closing Time: 4:30 PM EST. This is not an RFP. (0018)

Loren Data Corp. http://www.ld.com (SYN# 0053 19960119\R-0008.SOL)


R - Professional, Administrative and Management Support Services Index Page