Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 19,2000 PSA#2518

Contracting Officer, FEMA Region 10, Adminstrative Services Branch, 130 228th St, S.W., Bothell, WA 98021

C -- ID/IQ A&E SERVICES FOR THE FEDERAL REGIONAL CENTER IN BOTHELL, WA SOL EMS-2000-RP-0001 DUE 021100 POC Bill Webb, Contracting Officer, (425) 487-4769 E-MAIL: Click here to contact the Contracting Officer via, bill.webb@fema.gov. Notes 1,24 & 25 apply to this action. The Federal Emergency Management Agency (FEMA) intends to award a contract in FY 2000, subject to the availability of funds, Design, Estimating, Construction Management and Consulting Services for both major and minor construction and improvement projects at the Federal Regional Center located in Bothell, WA. FEMA intends to utilize "set-aside" procedures, to contract with qualified small business firms. To be considered eligible for "set-aside" procedures, such A&E firms must clearly indicate on their SF 255: (1) appropriate certifications as small businesses (self certification), and 2) annual average gross revenue for the last three fiscal years which must be less than or equal to $4.0 million. If an insufficient number of firms respond or an insufficient number is determined to be qualified utilizing the "set-aside" procedures, large firms will also be considered. This procurement is classified under the Standard Industrial Classification Code 8711, Other Engineering Services. The following information pertains to all portions of this ad. The anticipated contract type will be an ID/IQ firm fixed price with up to four option years. Firms interested in being considered to perform this work are required to submit two (2) copies of a Standard Form (SF) 254 and SF 255 for each of the firm's home, regional, or branch office where they wish to be considered, showing project experience for each specific office and listing the personnel in that office who would be assigned to perform the work. This is not a request for proposal nor is a proposal desired. Joint ventures must include a copy of their legal joint venture agreement signed by an authorized officer from each of the firms comprising the joint venture, with the chief executive officer of each entity identified, and must indicate the percentage and type of work that will be performed by each participating firm. If the offeror is a joint venture, specific attention is required to assure that ITEM FIVE is completed in full for the joint venture to be considered. Only one SF 255 shall be submitted for joint ventures. ONLY USE STANDARD PAGES OF THE SF 254 AND 255 (Rev. 11/92) prescribed by GSA. Offerors shall submit two (2) copies of the SF 254 and 255 for each package that is being applied for, in order to be considered. No more than ten brief resumes may be submitted as part of item 7 of the SF 255; and each resume shall be limited to one side of one page, using standard 10-point type size. Item 10 of the SF 255 shall be limited to one single-sided page, also using standard 10-point type. All other material such as brochures, samples of work, attachments or extra pages will not be considered and will be discarded upon receipt. Firms will be selected using procedures for acquisition of architect-engineer services set forth in FAR, Part 36 (Brooks Act, 40 U.S.C. #541-544 (1988), as amended)and the FEMA Acquisition Regulations subpart 4436.6. Selection criteria will be in accordance with FAR Section 36.602-1, Selection Criteria. If a firm has multiple offices, for each of the criteria requiring demonstrated ability and experience, show project experience for each specific office and list the personnel in that office who would be assigned to perform the work. The following eight factors will be used in the selection of the firms (In scoring these factors, the Government will also evaluate the demonstrated experience of the key personnel in performing the related work, where applicable, while employed by the firm): (1) Professional Qualification for Satisfactory Performance of the Required Services(Max. pts. 45); (2) Specialized Experience and Technical Competence in the Design and Management of Projects Similar in Size and Scope. (Max. pts. 15); (3) Capacity to accomplish work in the required time. (Max. pts. 8); (4) Past experience and performance on contracts. (Max. pts. 10); (5) Goegraphical location to the Federal Regional Center in Bothell, WA. (Max. pts. 5); (6) Success in prescribing use of recovered materials and acheiving waste reduction and energy efficiency.(Max. pts. 2); (7) Experience and qualifications of the proposed Project Manager. (Max. pts. 5). Following an in-depth evaluation of the qualification and performance data submitted, three or more firms considered to be the most highly qualified to provide the type of service required, will be selected for a "short-list". These firms will receive written notice of their selection and given a chance to provide additional data. Upon receipt of the "short-list" responses, a final evaluation and selection of the most qualified firm will be made. A proposal will be requested, and cost negotiations will be conducted beginning with the most preferred firm in the final selection, and will proceed until an award is made or all the firms have been rejected. Responses shall reference "Synopsis Number: EMS-2000-RP-0001, ID/IQ for Federal Regional Center, Bothell. All firms interested in the FY 2000 work, regardless of prior submissions, must furnish new forms marked as stated above in order to be considered. FEMA encourages, to the maximum practicable extent, the subcontracting to small business concerns and disadvantaged business concerns. All information requested by this announcement must be received by the Contracting Officer at the applicable office listed below by no later than 2:00 PM local time on February 11, 2000. The designated address and point of contact for receipt of submittals : Federal Emergency Management Agency; Federal Regional Center; 130 228th Street, SW; Bothell, WA 98021-9796; ATTN: William Webb. Firms submitting responses must allow several extra days for mail handling because late response submissions will not be considered, except as noted in Federal Acquisition Regulations (FAR), Part 14.304. Posted 01/14/00 (W-SN416387). (0014)

Loren Data Corp. http://www.ld.com (SYN# 0023 20000119\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page