|
COMMERCE BUSINESS DAILY ISSUE OF JULY 27,1998 PSA#2145GSA, PBS, NCR, Property Development Division (WPC), Room 2002, 7th & D
Streets, SW, Washington, DC 20407 C -- SUPPLEMENTAL A-E SERVICES FOR THE NATIONAL ARCHIVES AND RECORDS
ADMINISTRATION (NARA), NATIONWIDE SOL NAMA-98N-0P-0026 DUE 091098 POC
Marv Shenkler (301) 713-7386 x239, Ronald C. Noll (202) 708-8065,
Contracting Officer WEB: SUPPLEMENTAL A-E SERVICES FOR THE NATIONAL
ARCHIVES, http://www.gsa.gov/regions/r11/wpc/wpc.htm. E-MAIL:
SUPPLEMENTAL A-E SERVICES FOR THE NATIONAL ARCHIVES,
Ronald.Noll@gsa.gov. Supplemental Architect-Engineer Services for the
National Archives and Records Administration (NARA) Nationwide. This
procurement will establish an Indefinite Quantity Contract to provide
design and related services for NARA facilities nationwide. This
contract is national in scope, supporting all existing and future NARA
facilities including Presidential Libraries, Regional Archives,
National Records Centers, the National Archives Building, Archives II,
etc. Services may be required at any time during a project's
development and delivery e.g. planning, design, construction, and
operations turnover phases. Services required may include: planning
phase feasibility studies, building assessment reports, design
programming, design, interior space planning, cost modeling/analyses,
code and owner's design review, value engineering management, post
construction contract services (PCCS), record drawings,
constructibility design review, construction inspections and tests
oversight and post occupancy evaluations. The A-E Firm shall be able to
provide any level of design and related services. The Government has
determined the following disciplines and/or consultants to be required:
Architectural, Civil, Structural, Mechanical, Electrical, Geotechnical,
Interior Design, Laboratories, Food Service, Space Planning, Exhibit
Design, 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 NARA facilities are nationwide,
the A-E Firm must be able to address resource availability nationwide.
Joint ventures and extensive use of consultants is anticipated to be
required to provide the necessary coverage. One A-E contract will be
awarded. 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
$1,500,000 for each Period, for an aggregate dollar value of
$7,500,000. Consideration for this contract will be within the National
Capital Region, MD and VA. NARA is currently in the process of
procuring Construction Management/Design Build (CM/DB) services under
a separate contract for their facilities nationwide. For those projects
where the CM/DB will act as a CM as agent for the Government this A/E
will provide complete design services. For those projects where the
CM/DB will act in the capacity of a DB this A-E will provide design
review, code reviews, cost estimating, construction inspection and any
other service required by the Contracting Officer or his duly
authorized representative. The Evaluation Criteria for selection are as
follows: I. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (30%) A.
Compatibility of the Firm's previous experience to the type of work
required herein. -- (10%) B. Do the proposed team members have
experience with similar facilities -- (10%) C. Does the proposed team
members have experience with historic occupied facilities? -- (10%) II.
CAPABILITIES OF FIRM (30%) A. Does the location of team offices, have
sufficiency of staff and 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? -- (5%) 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? -- (5%) III.
PROFESSIONAL QUALIFICATIONS (30%) A. Does the proposed team commit the
relevant key individuals in each discipline area to the NARA program?
-- (10%) B. Does the proposed team have the requisite professional
qualifications and experience with the types of facilities envisioned
required by this contract- (20%) 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 cost effective design, 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 announcementare
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 52.214-7. 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. 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
for SIC 8711/8712) 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 Contract and Work/Delivery Orders are contingent
upon funding approval. Contract procured under the Brooks Act and FAR
36. This is not a Request for Proposal. Posted 07/23/98 (W-SN227757).
(0204) Loren Data Corp. http://www.ld.com (SYN# 0026 19980727\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|