Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 27,1998 PSA#2103

General 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