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