|
COMMERCE BUSINESS DAILY ISSUE OF MAY 27,1998 PSA#2103General Services Administration, Public Buildings Service, P. O. Box
25546, Denver, CO 80225-0546 C -- IQ TASK ORDER CONTRACT FOR MULTIDISCIPLINARY ARCHITECT-ENGINEER
SERVICES SOL GS-08P-97-JCC-0037 DUE 063098 POC Barbara A. Barbour, CO,
303-236-1770 x283 E-MAIL: Click here to contact the contracting
officer via e-mail., barbara.barbour@gsa.gov. SIC Code 8712. Size
Standard: $2.5 million annual receipts (average annual gross revenue
for the last 3 fiscal years). Supplemental Architect-Engineer contract
for various A-E services, primarily architectural services. PRIMARY
SERVICE AREA: States of Montana, North Dakota and South Dakota.
SECONDARY SERVICE AREA: States of Colorado, Utah and Wyoming. Contract
type and term: Indefinite-quantity task order contract for A-E
Services for a one-year period with provision for 4 one-year option
periods. Contract to start o/a 01/01/99. PRIMARY SERVICES:
Architectural and Engineering Design, Construction Management,
budget/cost estimating for construction projects, evaluation of
construction contractors' price proposals. SECONDARY SERVICES: Building
Engineering Reports -- Evaluation of the condition of existing
buildings and systems, identification of necessary maintenance and
modernization work, and cost estimation; Historic Building Preservation
Plans -- Identification of the distinctive historic or architectural
zones and elements of a building, preparation of an inventory and
condition assessment, and recommendation for maintenance, repair and
construction activities; Prospectus Development Studies -- Develop the
design program, implementation strategy and budget assessment for
construction projects over $1.8 million; assistance in preparing
negotiation positions regarding construction contractors' proposals for
both new contracts and change orders for existing contracts; design
review; energy studies/audits and design of identified projects;
environmental assessments and impact studies; assessment of existing
roofs, design of necessary roof repairs and replacements;
seismic/structural studies of existing buildings. DISCIPLINES: The
services required under this contract shall primarily involve
structural, civil, mechanical, and electrical engineering,
architectural, historic preservation, and cost estimating disciplines,
but may also involve geotechnical, environmental, industrial
hygienist, fire safety, elevator, acoustical, art preservationist,
controls and commissioning specialist, construction inspector,
surveyor, and other disciplines with specialized architectural,
engineering or technical experience. INDIVIDUAL TASK ORDERS will be
issued against this contract. The contract will include profit and
overhead rates and hourly rates for anticipated disciplines for use in
negotiating fixed-price design task orders which are not covered by
the lookup table. For design projects with an estimated construction
cost of $750,000 or less, the Government will use the fixed price
amounts in the Supplemental Architect-Engineer Contract Lookup Table
for pricing design task orders. This Table will be provided to the A-E
during the initial contract negotiations. The Lookup Table shall be
incorporated into the contract as a mandatory payment provision. The
maximum ordering limitation (MOL) will be $750,000/year. There will be
no limit to the dollar amount of individual task orders (up to the
MOL). The annual guaranteed minimum is $10,000/year. TYPICAL PROJECTS
include architectural and engineering designs for renovation of space
to house various federal agencies, construction management of
construction projects (especially renovation of existing space),
electrical studies, HVAC studies, energy conservation studies, roof
repair/replacement studies, lighting retrofit studies, environmental
assessments and impact statements. Typical projects which may be
awarded include Replace Emergency Generator, FB, Rapid City, SD;
Elevator Modernization, FB/CTHS, Butte, MT; Replace Boilers, CTHS,
Sioux Falls, SD; Replace Elevator, FB, Minot, ND; Replace Emergency
Generator, FB, Bismarck, ND; Space Alterations for SSA/Fish & Wildlife,
FB, Minot, ND; Space Alterations for USDA, FB/PO, Casper, WY. SELECTION
CRITERIA: Qualifications submitted by each firm will be reviewed and
evaluated based on the following evaluation criteria for the selection
of the most highly qualified firm: (1) Professional qualifications,
specialized experience, and technical competence necessary for the
satisfactory performance of the type of work required, including:
architectural and engineering design; construction management;
preparation of Building Engineering Reports; engineering evaluation of
existing buildings (historic and non-historic); seismic and structural
evaluation of existing buildings; evaluation of existing buildings for
handicapped accessibility; identification and evaluation of potential
energy conservation projects; evaluation of existing roofs;
preparation of environmental impact statements and assessments;
preparation of pre-design construction estimates for new construction
and repair & alterations projects, preparation of Historic Building
Preservation Plans and Prospectus Development Studies -- 50%. (2) Past
performance on contracts with government agencies and private industry
in terms of cost control, quality of work and compliance with
performance schedules -- 30%. (3) Capacity to accomplish the work in
the required time (size of staff, workload, etc.) -- 10%. SPECIAL
REQUIREMENT: The prime offeror's corporate office must be located
within the state of Montana, North Dakota or South Dakota. Firms
responding to this notice must have the capability to provide complete
services with regard to asbestos related work or will not be
considered. The Government will not indemnify the firm against
liability involving asbestos or other hazardous materials; that is, no
clause holding the firm harmless will be included in the contract. All
contract personnel entering federal or federally controlled buildings
must pass a security clearance check conducted by the Federal
Protective Service. When responding to this announcement, firms should
fully address their capability, capacity and qualifications with
regard to each of the foregoing evaluation factors. The top ranked
firms recommended for interview will be evaluated and recommended
solely on their written responses to this announcement. Prime
contractors assembling a team are cautioned that evaluation will be
based on the team, not just the prime firm. Architectural or
engineering firms wishing to be considered must submit completed
Standard Forms (SF) 254 and 255 (11/92 revision) and other PERTINENT
information. Clearly, specifically and concisely address the evaluation
criteria when completing the forms. (The forms are available on the
internet at http://www.gsa.gov/forms.) Other marketing information such
as booklets, pamphlets and brochures is neither requested nor desired.
In block 8 of the SF 254, specify only W-2 payroll (non-contract)
personnel of each firm. In block 10 of the SF 255, the A-E design firm
MUST respond to the 3 evaluation criteria stated in this announcement.
In block 11 of the SF 255, the A-E Design Firm MUST sign, name, title
and date the submittal. SUBCONTRACTING PLAN REQUIREMENT for large
business only: In accordance with Public Law 97-507, the A-E will be
required to provide the maximum practicable opportunities for small,
small disadvantaged, and women- owned small business concerns to
participate as subcontractors in the performance of the contract. Firms
must also provide with the SF's a brief written narrative of outreach
efforts made to utilize small, small disadvantaged and women-owned
businesses. The narrative shall not exceed one typewritten page. The
use of subcontractors/consultants shown on the submitted SF's will be
reflected in a Small, Small Disadvantaged and Women-Owned Small
Business Subcontracting Plan included in the successful firm's
contract. Contract award is contingent upon negotiation of an
acceptable subcontracting plan. This procurement is being made under
the Small Business Competitiveness Demonstration Program (FAR 19.10)
and is therefore open to both small and large business concerns. Small,
small disadvantaged and women-owned small businesses are encouraged to
participate as prime contractors or as members of joint ventures with
other smallbusinesses. Mail your submittals to General Services
Administration, PBS, Mountain-Plains Service Center (8PM-P), Attn:
Barbara Barbour, P.O. Box 25546, Denver CO 80225-0546 (overnight
delivery -- Bldg. 41, Rm. 288, Denver Federal Center, 6th Ave & Kipling
St) . Mark the envelope in the lower left corner: "GS-08P-98-JCC-0037."
The SF's 254 and 255 must be received by the above POC by 4:00 p.m.
local time, June 30, 1998. A draft copy of the general scope of work
may be obtained by written faxed or mailed request to Ms. Barbour or by
e-mail to barbara.barbour@gsa.gov. Late submittals will be handled in
accordance with FAR clause 52.215-1, subparagraph (c)(3). Solicitation
packages are not provided for A-E contracts. This announcement is not
a request for proposals. See Note 24. (0141) Loren Data Corp. http://www.ld.com (SYN# 0024 19980527\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|