Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,1996 PSA#1650

GSA, PBS Chesapeake RSD, The Wanamaker Building,100 Penn Square East,Philadelphia,,PA 19107-3396

C -- FULL ARCHITECT-ENGINEER TERM CONTRACT SOL GS-03P-96-DXD-0034 DUE 090996 POC Contact,Josephine Santiago,215/656-6141,Contracting Officer,Josephine A. Sa ntiago,215/656-6141 C-Full Architectural-Engineering design services for Supplemental term contract for projects throughout the geographical area of Commonwealths Pennsylvania and Virginia (excluding the counties of Arlington, Fairfax, Loudoun, Prince William, and the cities of Fairfax, Falls Church, and Alexandria.) and the states of Maryland (excluding Prince Georges and Montgomery counties.), Delaware, West Virginia, and the following counties of New Jersey; Sussex Warren, Somerset, Hunterdon, Mercer, Ocean, Burlington, Camden, Gloucester, Atlantic, Salem, Cumberland, and Cape May Counties. Projects under this contract are primarily Architectural with supporting Mechanical, Electrical, Structural, Fire Protection, and Code Compliance efforts. Projects may involve incidental asbestos abatement, and construction monitoring. Repair and alteration work will be for federal facilities and generally will be for projects from $2 to 5 million in construction costs and will almost always involve occupied buildings and may involve historically significant structures. The scope of architectural services under this proposed contract may include, but may not be limited to, the following: pre-design, programming, the preparation of feasibility studies; site investigation, complete design services; space planning, interior design; post construction award services and other related supplemental services if so requested by the Government. Hazardous materials may be encountered in the existing facilities. The A-E will be required to identify and quantify the types and locations of hazardous materials that will be abated during construction. The projects will be designed and constructed in ''hand'' metric, System International (SI) units in accordance with Public Law 100-576, the Omnibus Trade & Competitiveness Act of 1988, the Metric Conversion Act, and Executive Order 12770. GSA Contract requirements for project submissions require an electronic submission readable and alterable by AutoCAD release 12 only. DXF and IGES formats shall not be accepted as submissions. A hard copy and ASCII file listing all filenames on diskettes must be submitted. Drawings: NATIVE .DWG format, AutoCAD release 12 or AutoCAD/LT. Written Documents Specs: NATIVE Microsoft Word, version 6.0 Estimates: NATIVE Microsoft Excel, version 5.0. All A/E participants are reminded that the selection/evaluation of the prime A/E and team shall be based on the compatibility of their systems with each other. GSA will not accept any other format. Detailed CAD deliverable Policy is available upon request. Contractor agrees that all CAD, AutoCAD drawings and related files, photographs, drawings, renderings, blueprints, specifications and/or other materials generated for use by contractor on the project, whether in machine readable form or not, shall belong at all times to the General Services Administration (GSA) and/or government and will be delivered to GSA at the times specified and within the schedules contained in the Agreement or at the termination of the Agreement whichever occurs first. THE EVALUATION CRITERIA TO BE APPLIED IN THE SELECTION PROCESS IN THE ORDER OF IMPORTANCE ARE AS FOLLOWS: 1) QUALITY OF PAST PROJECTS AND EXPERIENCE: experience with repair/alteration of similar projects. The firm will provide, on the SF 255 item #8, a detailed narrative of up to 10 relevant projects and indicate percentage of their involvement and role as prime, consultant, joint venture or individual experience. List projects which demonstrate firm's experience with projects of similar size and scope. 2) PROFESSIONAL QUALIFICATION AND DESIGN ABILITY: Team members will be evaluated on the basis of their education, professional certification or licensure and experience. Demonstrated ability to perform Repair and Alternation of similar size and scope in occupied buildings. Critical factors include prior experience, types and numbers of personnel in desired disciplines, experience of team members including length of service with the firm. Provide information on consultants such as: work in historic building, fire protection, hazardous material, elevators, cost estimating, etc. 3) ORGANIZATION AND MANAGEMENT: Capability of team organization and ability to control budgets, project scheduling and quality assurance. Ability to handle multiple projects. Previous experience in coordination with consultants. 4) FAMILIARITY WITH FEDERAL GOVT DESIGN STANDARDS AND PROCEDURES (NONMILITARY): Previous working experience with PQ-100.1 (Facility Standards for PBS); all applicable Building Codes (including BOCA) NFPA, and Environmental regulations; Uniform Accessibility Standards (UFAS/ADA) as referenced in SF 255 item #8 & #9. Extra credit supplemental points are set aside for involvement of minority owned and women owned firms. GSA will consider only prime firms capable of providing at least 50% overall design services in-house from an existing office in the designated geographical area. Additionally, only major consultants must have existing offices within the geographical area. The estimated early contract start date is July 1997 (Base Year plus two(2) one-year options). The contract work shall be performed with the issuance of work orders. The contract will include hourly rates for anticipated disciplines at various levels for use in negotiating fixed price work orders. The maximum amount to be expended under the contract shall not exceed $750,000.00 per year. The total value of 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 geographical limitation and having the capability to perform the services described herein are invited to respond by submitting completed SF 254 and SF 255 Nov 92 edition along with a letter of interest (identifying this announcement by SOL number) to the office listed below. SPECIAL ATTENTION SHOULD BE GIVEN TO THE FOLLOWING AREAS ON THE SF 255: ITEM 7 - List only the team members including staff professionals who will actually perform the major tasks under this contract. ITEM 8 - list up to 10 projects, not 10 projects for each firm joint venture/consultants). Indicate which firms performed each of the projects. Include only relevant projects of similar size and scope to those to be performed under this contract. ITEM 8B - give a synopsis of the scope of work for each project, stating clearly what tasks were performed by the prime firm. ITEM 9C - give a point of contact and telephone number for each project. ITEM 10 - in a narrative form, outline firm's approach to design, design reviews, quality control and project management. Include any additional information regarding the firm's qualifications 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 geographical limitations stated in the CBD announcement for this contract.'' 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 gross receipts of $7,500,000.00 for its preceding three (3) fiscal years or an average of $2,500,000.00 per year. SIC code 8712. Firms desiring consideration shall submit data: GSA Region 3, Chesapeake Realty Services District, The Wanamaker Building, Room 614, 100 Penn Square East, Philadelphia, PA 19107, Attn: Josephine Santiago (0213)

Loren Data Corp. http://www.ld.com (SYN# 0017 19960801\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page