Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 24,1998 PSA#2187

General Service Administration (7PMCC), Property Management Division, 819 Taylor St., Rm. 12A29, Fort Worth, TX 76102-6105

C -- SUPPLEMENTAL A/E SERVICES FOR (SOUTH) TEXAS/ZONE III SOL GS-07P-98-HUD-0081 POC Debbie Loftin, Contracting Officer, 817/978-7012 E-MAIL: Click here to contact C.O. via e-mail, debbie.loftin@gsa.gov. SIC Code 8712. Indefinite Quantity Contract for A/E Services for a period of one base year and four 1-year options periods, with an anticipated effective date of 07/11/99. The contract will be for work in south Texas primarily covering areas administered by the GSA Houston Customer Service Center, state of Texas, but may also include work on an occasional basis, anywhere within Texas, Louisiana, Oklahoma, New Mexico, or Arkansas. Delivery orders may be issued by other agencies in other parts of the nation. Projects, while there will be no limit on size, will generally involve repairs, alterations, and improvements in connection with existing buildings or properties, and will generally range in size from $25,000, to $1.89 million in estimated construction cost, with the average project ECCA at approximately $300,000. There will be no limit to the amount paid on individual delivery orders and no limit on project size; however, the total cumulative delivery order amount shall not exceed $2 to 3 million inany 1-year contract period. The firm selected will primarily provide design, construction management and inspection, and estimating services, but may also be required to provide scope development, planning, interior design, environmental studies, technical studies, feasibility studies, problem analysis, design review, consulting/design/construction management for elevator work, geotechnical testing, quality control testing, asbestos and lead paint sampling/hazard assessment/abatement design/air quality monitoring, boundary and topographical surveying, historic structure reports, building evaluation reports, and other architectural, engineering and technical services. In the event that there are professional service contracts currently in effect in the same geographical area at the same time this contract becomes effective, priority will be given to that contract. Firms responding to this announcement must demonstrate the capability to provide complete services with regard to asbestos-related work. 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. To be considered for selection, firms must have capability to prepare and submit all drawings under this contract using AutoCAD, release-14 and prepare all specifications for projects using the AIA Masterspec in MS Word. Evaluation factors for the selection of the firm are as follow: (1) Experience (25%) of the firm, and consultants, with regard to providing the types of services described above, and with regard to accomplishment of past projects involving repair and alteration work; (2) Technical Ability (25%) as it relates to Professional qualifications, expertise and educational level of individuals employed by the firm, and consultants, who will be directly involved in providing the required services as described above, and their philosophy concerning the design of repair and alteration work; (3) Management/ Organization/Production/Quality Control (25%) regarding capability and successful past performance of the firm and consultants with respect to mobilizing, producing a high quality design, maintaining good working relations, working with small repair and alteration projects, meeting schedules, providing accurate cost estimates, and tracking and controlling costs; (4) Management and Inspection Capability (25%) concerning experience and competence of the firm and consultants with respect to complete management and inspection of services and projects, of the type described above, during the construction phase. Firms, when responding to this announcement, should address their capability with regard to each of the evaluation factors listed above as the top rated firms recommended for interview will be selected solely on their written response to this announcement. See Note 24. Selected firm must negotiate overhead rates and profit margins and hourly rates for anticipated disciplines for use in negotiating contract costs. Consideration will be limited to firms or joint ventures having an active design production office in operation at the time of this announcement, within 45 miles of Houston, Texas. This procurement is being made on an unrestricted basis under the Small Business Competitiveness Demonstration Program. Offerors, other than small businesses, must submit an acceptable subcontracting plan prior to award IAW FAR 19.702. SF 254's & 255's must be rec'd NLT 3:30 p.m., local time, on the 30th calendar day after publication of this notice. Late submittals will be handled IAW FAR 52.215-10. Transmissions of SF 254's and 255's are authorized to be sent via e-mail, or by telefax to 817/978-6155. This is not an RFP. Posted 09/22/98 (W-SN252704). (0265)

Loren Data Corp. http://www.ld.com (SYN# 0010 19980924\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page