|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 20,1996 PSA#1555GSA, Keystone Realty Services District,The Wanamaker Building,100 Penn
Square East,Philadelphia,,PA 19107-3396 C -- FULL STRUCTURAL, GEO-TECHNICAL ENGINEERING, AND SURVEYING DESIGN,
INSPECTION, TESTING AND RELATED SERVICES FOR PROJECTS REGIONWIDE SOL
GS-03P-96-CDD-0022 DUE 042296 POC Contact,Celeste
Wells,215/656-6097,Contracting Officer,Maria L. Ali,215/656 -6104 C--
Structural, Geo-Technical Engineering, and Surveying Design,
Inspection, Testing and related Engineering Services for projects in
the geographical area of the Commonwealths of Pennsylvania and Virginia
and the states of Maryland, Delaware, WestVirginia, the South & West
counties of New Jersey involving repairs, alterations, renovations and
modernization of buildings or portions thereof. Services shall consist
of design for repair and alteration of structural components of
existing building,floor load analysis, seismic studies, inspection,
testing, preparation of reports of distressed structural elements of
buildings, stone/brick/masonry/concrete and foundations and
recommendations fro remedial action. Inspection services include and
arenot limited to incidental monitoring and inspection of structural
components of projects in construction phase. Primary work will be
structural, geo-technical engineer and surveyor disciplines with some
incidental work in architectural, mechanical andelectrical disciplines.
Firms shall have licensed professional engineers in the structural,
geo-technical engineer and surveyor discipline with experience in
design of alteration/addition/renovation of existing steel and concrete
structural buildingcomponents. Full design capability in metric terms
will often be required. Projects under this contract are primarily
Structural Design, Inspection, Testing and Code Compliance in nature
with incidental asbestos abatement and may require thepreparation of
feasibility studies, design development, construction documents and
some monitoring of construction as required. Repair and alteration work
will be for federal facilities and generally will range up to
$5,000,000 in construction costs.GSA Contract requirements for project
submissions require an electronic submission readable by our AutoCAD
release 12 software. Such acceptable formats include: .dwg (AutoCAD
release 12, AutoCAD/LT, AutoSketch for Windows), .dxf (Drawing
eXchangeFormat), .iges The electronic submission should be on 3.5 inch
High Density diskettes. Files may be compressed using PKWARE v2.04g
compreesion software only. All diskettes must be scanned for viruses.
A hardcopy listing all filenames on diskettes mustbe included.
Electronic submission via FTP server, Electronic Bulletin Board (BBS),
or QIC tape must be approved by GSA as an alternative to diskette.
Selected firm must request the GSA Drawing Guidelines for CADD
requirements within 30 days of award.All drawing files must comply with
guidelines. Other acceptable formats also include: Microsoft Word 6.0
for all written documents; and Microsoft Excel, Version 5.0 for all
estimates. The above referenced submissions shall be submitted on 3.5
inchdouble-sided high density floppy disks. Respondents must
demonstrate capability and a planned approach to perform services in
existing design production offices located within geographical areas.
The firm must have previous design experience withRepair & Alteration
work in occupied facilities and should be able to provide construction
monitoring services on call throughout the designated geographical
areas. CATEGORIES OF EVALUATION CRITERIA TO BE APPLIED IN THE SELECTION
PROCESS IN ORDER OFIMPORTANCE ARE AS FOLLOWS: 1. PAST PERFORMANCE &
EXPERIENCE with related or similar projects. The firm will provide a
separate detailed narrative of only ten relevant projects as noted in
SF255, Item #8. List projects which demonstrate firm'sexperience with
projects of similar size and scope (not bridges or tunnels, etc.)
PREVIOUS EXPERIENCE AND FAMILIARITY with federal government design
standards and procedures. Past performance track record on previous GSA
and/or other Federal projects. 2. PERSONNEL QUALIFICATIONS: Team
members will be evaluated on the basis of their education and
professional certification or licensure and experience. Demonstrated
ability to perform Repair and Alterations work of similar size and
scope in occupiedbuildings. 3. ORGANIZATION AND MANAGEMENT: Capability
of team organization and ability to control budgets, schedules, and
quality assurance. Capable of working with multiple projects
successfully. ***Extra Credit for demonstrating capability
andfamiliarity with the metric system and ability to produce design
documents using the same. ***Extra Credit Supplemental Points are set
aside for involvement of minority owned firms. ***Extra Credit
Supplemental Points are set aside for involvement ofwomen owned firms.
Consideration will be limited to prime firms headquartered in the
regional geographical area. The estimated early contract start sate is
2/97 and estimated early finish date is 2/2000. (Base year plus two
(2) one (1) year options.)The contract will include hourly rates for
anticipated disciplines for use in negotiating fixed price work orders
that are not covered by Look-Up Tables. For projects with an estimated
construction costs up to $2,000,000.00, the Government will use
thefixed price amounts provided in the Supplemental Architect-Engineer
Contract Look-Up Tables for pricing work orders. These tables will be
provided to the A-E during initial contract negotiations. It is the
Government's intent to incorporate the Look-UpTables 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 peryear. The total value of the work orders placed against
the contract for any year may be exceeded by the Contracting Officer
by up to 150% of the cumulative fee of $750,000.00 per year or
$1,125,000.00. Firms meeting the designated geographicallimitations and
having the capabilities to perform the services described herein are
invited to respond by submitting completed SF254 and SF255 along with
a letter of interest (identifying this announcement by number) to the
office listed below within30 calendar days of the date of this notice.
Please use revised SF255 dated November 1992; copies can be obtained
by calling (215)656-5525. Interviews may be conducted at the office of
the firm's location. SPECIAL ATTENTION SHOULD BE GIVEN IN THEOLLOWING
AREAS OF THE SF255: ITEM 7: List only the team members including staff
professionals who will actually perform the major tasks under this
contract. The following is a list of anticipated disciplines to be
used. It includes but is notlimited to SR Struc Eng, JR Struc Eng,
Struc Draf, SR Geo-Tech Eng, JR Geo-Tech Eng, SR Surveyor, JR Surveyor,
Survey Group Leader, Cost Estimator, Spec Writer, Typist, CADD
Operator, Fld Constr Oper. ITEM 8: List only 10 projects, not ten
projects foreach firm (Joint Venture/Consultants). Indicate which firms
performed each of the projects. Include onlyrelevant projects of
similar size and scope to those to be performed under thiscontract.
ITEM 8B: Give a synopsis of the scope of work for eachproject. ITEM 9C:
Give a point of contact and telephone number for each project. ITEM 10:
In a naarative form, outline your firm's approach to design reviews,
quality control and project management. Include additional inforamtion
regarding the firm'squalification to perform work similar in scope and
size to this project. The last entry under Item 10 must read: ''I
hereby certify that the firm listed under Item 1 meets the primary
geographical limitations stated in the CBD announcement for
thiscontract.'' This is not a request for proposal. This contract is
for a Total Small Business Set Aside, the size standard for which is a
concern including its affiliates, having an average annual sale of
receipts for its preceding three (3) fiscal yearsnot in excess of
$2,500,000.00. Firms desiring consideration shall submit appropriate
data within 30 calendar days of this notice to: Ms. Celeste Wells, GSA
Region3, Keystone Realty Services District (3PKC), The Wanamaker
Building, Room 725, 100 PennSquare East, Philadelphia, PA 19107. NOTE:
THE DUE DATE LISTED AT THE BEGINNING OF THIS NOTICE WILL APPLY TO THE
SELECTED A/E FIRM ONLY. THE DUE DATE THE SF254 AND SF255 IS WITHIN 30
CALENDAR DAYS OF THIS NOTICE. SIC CODE: 8712. (0078) Loren Data Corp. http://www.ld.com (SYN# 0011 19960319\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|