Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 7,1996 PSA#1546

General Services Administration (7P),Public Buildings Service,819 Taylor Str eet,Fort Worth,TX 76102-6105

C -- SUPPLEMENTAL A/E TX ZONE I SOL GS-07P-96-HUD-0036 DUE 032096 POC Contact,Natalie D. Holmes,817/334-3874 Sic Code 8712, Supplemental A/E Services for the State of Texas, Zone I, Solicitation No. GS-07P-96-HUD-0036. POC Natalie D. Holmes, Contracting Officer, 817/334-3874, Fax No. for questions only 817/334-2577. Indefinite Quantity Contract for A/E Services for a period of one year with four 1 year option periods. The contract will be for work in Texas within the area administered by the El Paso Field Office which includes, but is not limited to El Paso, Midland, Odessa, Lubbock and Amarillo, TX; Las Cruces, Almagordo and Roswell, NM, but also includes work on an occasional basis and under special situations anywhere within TX, OK, AR, LA, NM. The firm selected will primarily provide design, construction M&I and estimating services but may also be required to provide scope development, planning, interior design, environmental studies, feasibility studies, problem analysis, design review, consulting/design/construction management for elevator work, geotechnical testing, quality control testing, asbestos sampling/hazard assessment/abatement design/air quality monitoring, boundary and topographical surveying, historic structure reports, building evaluation reports and other architectural, engineering, and technical services. The work will require primarilyarchitectural, mechanical, electrical, and estimator disciplines, but may also require civil, structural, geotechnical, environmental, industrial hygienist, fire safety, elevator, surveyor, and other disciplines with specialized experience. In the event that there are other professional service contracts in effect in the same geographic area at the time this contract becomes effective, priority will be given to this contract. There will be no limit to the amount paid on individual delivery orders and no limit on project size; however, the total cumulative delivery order amount shall not exceed $750,000.00 in any one-year contract period. Projects, while there will be no limit on size, will generally involve repairs, alterations, and improvements in connection with existing buildings or properties, and will generally range in size from $25,000 up to $1,500,000.00 in estimated construction cost. Services may be required on the following projects currently in the workload inventory for this area: ECCA range, location, title: $25,000-$100,000 El Paso Switchgear; $25,000-$100,000 El Paso F/S Enhancements; $100,000-$250,000 El Paso/BOTA Border Station Dock Canopy; $100,000-$250,000 El Paso/BOTA Border Station Masonry Restor- ation. Evaluation factors for the selection of the firm are as follows: (1) Experience of the firm and consultants with regard to providing the types of services described above, and with regard to accomplishment of past projects of the type described above, (2) Management and Inspection capability of the firm and consultants with respect to complete management and inspection of services and projects of the type described above during the construction phase, (3) Technical ability-professional qualifications, and consultants who will be directly involved in providing the above described services, and their philosophy concerning the design of repair and alteration work. Firms responding to this announcement must have the capability to provide complete services with regard to asbestos-related work, or will not be considered. (4) Management/organization/production/ quality control, capability and past performance of the firm and consultants with respect to mobilizing, producing a high quality design, maintaining good working relationships, working with small repair and alteration projects, meeting schedules, providing accurate cost estimates and tracking and controlling costs. The Government will not indemnify the firm against liability involving asbestos or other hazardous materials, that is, no clause holding the firm harmless will be included in the contract. A firm-fixed-price indefinite quanity contract will result from this soliciation, including profit, overhead and hourly rates for anticipated disciplines and for use in negotiating firm-fixed-price delivery orders. The Government, at its option, may include in the contract a supplemental A/E lookup table for pricing delivery orders for projects with an estimated construction cost of less than $1,700,000. If the lookup table is included, the Government will use the fixed price amounts in the lookup table which will be a function of project size, type and complexity. The lookup table will be privded to the A/E during initial contract negotiations and shall be a mandatory payment provision. Consideration will be limited to firms or joint ventures having an active design production office within counties in West Texas OR the State of New Mexico. West Texas is defined as all counties included and west of a line of Terrell, Pecos, Reagan, Glasscok, Howard, Borden, Garza, Crosby, Floyd, Briscoe, Hall, Childress, Collingsworth, Wheeler, Hemphill and Lipscomb in the State of Texas. Although all design services will be for the southern one-third of New Mexico, the design production office may be in any part of New Mexico. Such production office must be in operation at the time of this announcement. Consultants are not required to be located within the prescribed area. Firms, when responding to this announcement, should address their capability with regard to each of the evaluation factors listed above, as the top rated firms recommended for interview will be recommended solely on their written response to this announcement. Architectural or engineering firms wishing to be considered must submit completed Standard Forms 254 and 255 and other pertinent information. This procurement is being made under the Small Business Competitiveness Demonstration Program. Offerors, prior to being awarded any contract exceeding $500,000 ($1,000,000 for construction), shall be required to submit an acceptable subcontracting plan (See FAR 52.219-9) or demonstrate that no subcontracting opportunities exist. The provision does not apply to small business concerns. The SF 254s and 255s must be received NLT 3:15 p.m. local time on the 20TH DAY OF MARCH, 1996, at General Services Adminstration (7PMCC), 819 Taylor Street Room 12A29 for overnight and Room 12A28 for regular mail, Fort Worth, TX 76102-6105. All submittals must clearly identify the Solicitation No. GS-07P-96-HUD-0036 on the face of the envelope for identification purposes. Late submittals will be handled in accordance with FAR 52.215-10. All responsible sources may furnish a submittal which will be considered. ADDITION TO SYNOPSIS: IN ACCORDANCE WITH PUBLIC LAW 950507, THE A/E WILL BE REQUIRED TO PROVIDE THE MAXIMUM PRACTICABLE OPPORTUNTIES FOR SMALL BUSINESS CONCERNS AND SMALL 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 FOR FISCAL YEAR 1996, SUBCONTRACTING GOALS OF 40% FOR SMALL BUSINESS, 5% FOR SMALL DISADVANTAGED BUSINESS AND 5% FOR WOMEN-OWNED BUSINESS. IN SUPPORT OF THE AGENCY EFFORTS, FIRMS SEEKING CONSIDERATION FOR THIS CONTRACT SHOULD PROVIDE MAXIMUM PRACTICABLE SUBCONTRACTING OPPORTUNITIES FOR SMALL, SMALL DISADVANTAGED AND WOMEN-OWNED BUSINESSES. THE USE OF SUBCONTRACTORS/ CONSULTANTS SHOWN ON THE SUBMITTED SF 254'S WILL BE REFLECTED IN A SMALL BUSINESS AND SMALL DISADVANTAGE 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 BUSINESSES. THE NARRATIVE SHALL NOT EXCEED ONE TYPEWRITTEN PAGE. AN ACCEPTABLE SUBCONTRACTING PLAN MUST BE AGREED TO BEFORE CONTRACT AWARD. (SMALL BUSINESSES ARE NOT SUBJECT TO THIS REQUIREMENT.) DUE DATE: 3/20/96, OFFICES MAY BE IN COUNTIES WEST OF A LINE LISTED ABOVE OR THE STATE OF NEW MEXICO. (0065)

Loren Data Corp. http://www.ld.com (SYN# 0022 19960306\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page