Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,1996 PSA#1575

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

C -- SUPPLEMENTAL A-E TO PROVIDE MINOR/MED. SOL GS-11P-96-EGD-0003 DUE 052096 POC Contact,Collette Scott,202/708-8905,Contracting Officer,Clarie J. Cashwell, 202/708-8905 Supplemental fire protection engineering contract for performance of minor/medium size fire protection design and related services for studies, surveys, calculations and design. Contract shall be managed by a fire protection engineering firm as a prime. It shall include feasibility studies, asbestos removal design, cost estimating, environmental, mechanical, electrical, historic preservation, architectural, structural, elevator, construction inspection, and review of shop drawings and A/E designs prepared by order GSA contract engineers. Consideration for the contract will be limited to firms or joint ventures (either with consultants) located within the District of Columbia, Maryland and Virginia with each firm demonstrating capability to perform all required services in their own active existing offices located within the boundaries of the GSA National Capital Region (NCR) or the selected firm must establish an office in GSA NCR within 30 days before the award of the contract. The boundaries of the GSA NCR consist of the District of Columbia; Montgomery and Prince Georges Counties in MD; Arlington, Fairfax, Prince William and Loundoun counties in VA; the Cities of Alexandria, Falls Church and Fairfax in VA. There will be no travel premium allowed for all projects within the National Capital Region. The scope of Work includes (1) Acceptance Testing of New Fire Protection Systems, (2) Evaluation of Existing Fire Protection Systems, (3) Preparation and Review of New/ Existing Guide Specifications, (4) Fire Protection Related Training, (5) Analysis and Calculations Related to all Fire Protection and Life Safety Issues Including Egress, (6) Risk Analysis of Existing Systems Using FPE Tool, (7) Design, Study, and Submittal Reviews, (8) Investigation of Fires in Government Owned or Leased Sapce, and (9) Fire Protection and Life Safety Design Services. The duration for the contract shall be one (1) base period and two (2) option periods not to exceed $600,000 for each period. The services will be Fire Protection/Life Safety in nature and may require support in mechanical and electrical engineering, architecture, and harzardous material disposal including asbestos abatement. The Government will not indemnify the firm against liability arising out of work involving asbestos or other harzardous materials. To be considered for this procurement, firm must demonstrate that the organization has been a Fire Protection Engineering firm for a minimum of two years. The evaluation criteria for selection is as follows: I. DEMONSTRATED ABILITY (30%): A Design, Review and Testing Abilities: 1. Based on specific examples shown, does the firm provide well orgainized, complete, accurate, and fully coordinated documents? 2. To what extent does the firm have the required expertise to produce a professional presentation package to include scopes of work, code constructibility reports, designs, surveys and studies? B. Responsiveness 1. Based on project examples and client contact(s) is the firm responsive to the client's needs and does the firm complete its work on time? C. Does the firm have the capabilities for successfully executing services on concurrent projects? II. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (30%) A. Individual and team experience (1) To what extent has the firm been involved in complex egress, audibility and risk analyses submitted review for fire protection engineering systems? 2. How much experience do the members of the firm have in providing fire protection system design? 3. How much experience do the members of the firm have in working together on the successful performance of previous projects? 4. How much experience do the members of the firm have in evaluating complex fire protection engineering problems? (5) Does the firm demonstrate knowledge of local codes, ordinances and regulations? III. ORGANIZATION (20%) A. Firm Size: (1) Does the firm have sufficient staff and technical resources to undertake this contract based on its present and future projected work load? B. Structure of project team: (1) Does the team appear to have the required organization leadership to be responsive to the requirements of this contract? (2) Does the team demonstrate background experience in the technical interface required to sucessfully accomplish design engineering services for the contract? IV. PROFESSIONAL QUALIFICATIONS (15%): A. Indicate key individual experience and professional experience for as a minimum, project management(including the project manager), fire protection and life safety mechanical, electrical, architectural, and harzardous material disposal. V. METRIC (5%): A. What experience do the principals and key individuals have in their use and knowledge of metric unit measures? Each firm will be required to provide at least two project examples as part of their proposal which include drawings and summary of the project scope/objectives. All construction document drawings, project examples shall be positioned within the perimeter of an 8 1/2'' X 11''. All proposals shall be in an 8 1/2'' X 11'' binder presentation format. The fire protection engineering firm shall also submit a complete list of all design projects completed in the last two years (in addition to information indicated on the SF 254). The firm shall provide for each job on the project list following: a) The name, address and phone number of client contact(s)(b) summary of the project. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting current, 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 254/255 are considered current if they are no more than 6 months old from the month of this corresponding CBD announcement. In Block 8 of the SF 254 specify only current payroll personnel of each firm of the SF 255. 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.'' Submissions shall be made to: General Services Administration, 7th & D Streets, Bid Room No. 1701, SW 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 procurement is being made under the procurement is open to small and large business concerns. In Block 4 on the SF 254 specify 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 Disadvantages Business or (c) Women-Owned Business. Before award of the contract, the firm (if not a small business) shall be required to submit an acceptable Small Business and Small Disadvantage Business Subcontracting Plan, in accordance with Public Law 95-507. Small and disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small business. All interested large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small and disadvantaged firms as part of their ORGINAL SUBMITTED teams, in accordance with the provisions of Public Law 95-507. This is not a Request for Proposal (0106)

Loren Data Corp. http://www.ld.com (SYN# 0014 19960416\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page