Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12,1998 PSA#2031

GSA, PBS, NCR, Property Development Division (WPC), Room 2002, 7th & D Streets, SW, Washington, DC 20407

C -- SUPPLEMENTAL A-E SERVICES FOR THE PUBLIC BUILDINGS SERVICE (PBS) COMPREHENSIVE BUILDING COMMISSIONING (CBC) PROGRAM, NATIONWIDE SOL GS11P98MYD0002 DUE 031398 POC Marisol Vargas-Busch, 202-708-8065; Ronald C. Noll, Contracting Officer, 202-708-8065 WEB: Supplemental A-E PBS Comprehensive Building Commissioning (CBC) Program, Nationwide, http://www.gsa.gov/regions/r11/wpc/wpc.htm. E-MAIL: Supplemental A-E PBS CBC Program, Nationwide, Ronald.Noll@gsa.gov. Supplemental Architect-Engineer Services for the Public Buildings Service (PBS) Comprehensive Building Commissioning (CBC) Program, Nationwide. This procurement will establish a National Indefinite Quantity Contract to provide Commissioning Services for GSA building construction projects. Commissioning activities will include providing professional and technical services required for quality assurance and quality control of a project's functional expectations. This contract is national in scope, supporting all GSA Regional Offices, the GSA Central Office, and GSA Centers of Expertise. GSA renovation and new construction projects are located throughout the United States and may include: Federal Office Buildings, Federal Courthouses, Border Stations, Laboratories, Warehouses, and other types of real property. Services may be required at any time during a project's development and delivery, including: planning, design, construction, and operations turnover. Services required may include: planning phase feasibility studies, design programming, cost modeling/analyses, code and owner's design review, value engineering management, constructibility design review, construction management quality control, construction inspections and tests oversight, building turnover coordination, and post occupancy evaluations. Functional support/expertise will be typically be in the areas of occupant productivity (space flexibility, system reliability, connectivity, comfort, health/safety, indoor air quality, aesthetics, acoustic quality), sustainability (energy efficiency, material recycling, contaminant control, water conservation, site/transportation impacts), fire safety, physical/blast security, geotechnical stability, seismic safety, historic preservation, moisture control, handicap accessibility, building automation, equipment access, and materials handling. The A-E Firm shall be able to provide any level of commissioning need, from total support to specialty services needed to augment existing capabilities. The Governmenthas determined the following disciplines and/or consultants to be required: Architectural, Civil, Structural, Mechanical, Electrical, Geotechnical, Interior Design, Courts Planning, Laboratories, Food Service, Space Planning, Historic Preservation, Fire Protection and Life Safety, Hazard Materials, Security, Communications, Lighting, Acoustics, Cost Estimating, Elevators, Roofing, Landscaping, Construction Management, and Testing/Inspection Services. Since there are 11 GSA Regions, the A-E Firm must be able to address resource availability to each region. Joint ventures and extensive use of consultants is anticipated to be required to provide the necessary coverage. More than one contract may be awarded. The GSA Regions are 1. New England, Boston, MA; 2. Northeast & Caribbean, New York, NY; 3. Mid Atlantic, Philadelphia, PA; 4. Southeast-Sunbelt, Atlanta, GA; 5. Great Lakes, Chicago, IL; 6. The Heartland, Kansas City, MO; 7. Greater Southwest, Fort Worth, TX; 8. Rocky Mountain, Denver, CO; 9. Pacific Rim, San Francisco, CA; 10. Northwest/Arctic, Auburn, WA; 11. National Capital, Washington, DC. (http://www.gsa.gov/pbs/pc/og_files/pc_regns) All services will be procured through the issuance of individual Work/Delivery Orders, each defined by a separate scope of work. The term of the contract(s) shall be for a one (1) Base Year Period, followed by four (4) one-year Option Periods, not to exceed $3,000,000 for each Period, for an aggregate dollar value of $15,000,000. Consideration for the contract(s) will be nationwide. The Evaluation Criteria for selection are as follows: I. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (40%) A. Compatibility of the team's previous experience to the type of work required herein. -- (20%) B. Does the proposed team members have experience with sustainability issues? -- (10%) C. Does the proposed team members have experience with productivity issues? -- (10%) II. CAPABILITIES OF FIRM (40%) A. Does the location of team offices, have sufficiency of staffand technical resources available, not committed to other contracts, to undertake this contract? -- (10%) B. Does the firm have the required organization and leadership to be responsive to the contract requirements and possess the ability to coordinate team work among different offices? -- (10%) C. Does the team have background to integrate current technologies, involving: architectural, civil, structural, mechanical, electrical, interior, court planning, laboratories, food service, space planning, historic preservation, fire protection and life safety, hazardous materials, security, communications, lighting, acoustics, elevators, roofing, and landscaping? -- (10%) D. Does the firm demonstrate a pro-active effort to achieve the stated subcontracting goals with respect to the level of small, small disadvantaged, and small women-owned business concern participation in the performance of the contract? -- (10%) III. PROFESSIONAL QUALIFICATIONS (10%) A. Does the proposed team commit the relevant key individuals in each discipline area with the professional qualifications in understanding state of the art technologies, necessary for this contract? -- (5%) B. Does the proposed team commit the relevant key individuals in each discipline area with the experience in understanding state of the art technologies, necessary for this contract? -- (5%) IV. PAST PERFORMANCE (10%) A. Based on the examples, is the team responsive to the client's needs and does the team comply with performance schedules? -- (5%) B. Do the examples submitted by the team indicate effective cost control and an in-place Quality Control Program? -- (5%) If selected for an interview, the A-E Firm shall be prepared to discuss all aspects of the Evaluation Criteria indicated above and to demonstrate the ability to fulfill all contract requirements. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting completed SF-254's (for firm, joint ventures, and consultants),which must be dated not more than twelve (12) months before the date of this synopsis, and a (ONE COPY) SF-255 along with letter of interest to: General Services Administration, NCR, 7th and D Streets, SW, Bid Room 1065, Washington, DC 20407, by 3:30 PM local time on the due date of this notice. The following information MUST be on the outside of the sealed envelope 1) Solicitation Number/Title, 2) Due Date, 3) Closing Time. Late responses are subject to FAR Provision 52.215-10. In Block 8 of the SF-254 specify only current W-2 payroll (non-contract) personnel of each firm. In Block 10 of the SF-255, the A/E Firm MUST respond to the FOUR (4) EVALUATED CRITERIA stated in the CBD announcement for this solicitation. In Block 11 of the SF-255, the A-E Firm MUST sign, name, title and date the submittal. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 19.10). Small, small disadvantaged and small women-owned firms are strongly encouraged to participate. Due to the comprehensive nature and scope of services joint ventures, professional collaborations, or partnerships between A-E firms (SIC 8711/8712) and Construction Management firms (SIC 8741) are encouraged. Large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small, small disadvantaged and small woman-owned firms as part of their original submitted team. Before award of the contract, the A-E (if not a small Business of $2,500,000 gross average over three years) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration, Public Buildings Service has established for fiscal 1998 subcontracting goals of 37% for small businesses, 12% for small disadvantaged businesses and 5% for small women-owned businesses. Award of this Master Contractand Work/Delivery Orders are contingent upon funding approval. Contract procured under the Brooks Act and FAR 36. This is not a Request for Proposal. (0041)

Loren Data Corp. http://www.ld.com (SYN# 0020 19980212\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page