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