Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9,2000 PSA#2533

GSA, DC South Service Delivery Team (WPK), 7th & D Streets SW, Room 2670, Washington, DC 20407

C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY MINOR ARCHITECTURAL/STRUCTURAL DESIGN SOL GS11P00MQD0011 DUE 032100 POC Michael Vrobel, Contracting Officer, Collette Scott, Contract Specialist (202)708-78536061 E-MAIL: collette.scot@gsa.gov, collette.scott@gsa.gov. An indefinite delivery/indefinite quantity for minor architectural/structural design services with historic impact, utilizing metrics, in connection with construction projects, procured under the Brooks Act and FAR Part 36, for architect-engineer services . The services will be provided for the General Services Administration, National Capital Region (NCR), under solicitation No. GS11P00MQD0011. The services to be provided include architectural, structural, civil, registered fire protection engineer, life safety, historic preservation, handicapped facilities, mechanical/electrical, landscape/site improvement studies as appropriate to design, cost estimator, elevator consultant, environmental engineers (hazardous material), engineering surveys, feasibility studies, and the like. Services may include provision of post construction contract award services (PCCS), preparation of reports, preparation of contract documents including design, review of shop drawings and may also require construction inspectionservices. Additionally, architectural/structural emergency surveys may be required under this contract. All services will be procured through the issuance of individual work/delivery orders, each defined by a separate scope of work. The duration of the contract(s) shall be for (1) base period, followed by three (3) option periods, not to exceed $1,000,000 for each period, for an aggregate dollar value of $4,000,000. More than one contract will be awarded as a result of this solicitation. Consideration for this contract is limited to firms or joint ventures (either with consultants) located within Maryland, Virginia, or the District of Columbia demonstrating the capability to coordinate the required services in their own active production offices located in the NCR. Firms not currently located within a 50-mile radius of the Washington Metorpolitan Area (NCR) must establish a local active production office within 30 days after contract award. The boundaries of the NCR consists of the District of Columbia; Montgomery, and Prince George's Counties in MD; Arlington, Fairfax, Prince William and Loudoun Counties in VA; and the Cities of Alexandria, Falls Church and Fairfax in VA. There will be no travel premium allowed for projects within the NCR. The evaluation criteria for selection are as follows: I. PROFESSIONAL QUALIFICATIONS (35%): A. Relevant key individual experience and professional qualifications. B. Team experience and accomplishments on similar renovation projects that represented major interest in historic preservation. C. Background and references (personal and professional), including resumes of team members. II. CAPABILITIES OF FIRM (25%): A. Sufficiency of staff and technical resources available, not committed to other contracts, to undertake this contract. B. Location of firm and knowledge of the locality of the project. III. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (20%): A. Suitability of the firm's previous concentration to the type of work required herein. B. Based on specific examples shown, does the firm provide a well organized, accurate, and fully coordinated set of contract documents, and show examples of completed projects specially accomplished in architectural/historical preservation design? C. Firm produces drawings in CADD and uses Metric units of measure. IV. PAST PERFORMANCE (20%): A. Does the firm provide specific data which exhibits cost control throughout the design process versus actual construction cost for projects completed in the past five years? B. Suitability of the firm's past performance in contracts with government agencies. Programming and compliance with performance schedules: Does the firm convincingly demonstrate, through specific project examples and supporting data, commitment to on-time completion of projects? C. Is client feedback provided (references cited) which verifies that previous clients are satisfied with the firm's overall performance? Each A-E will be required to provide at least two (2) but no more than three (3) project examples similar in nature to the proposed project and bound in 8 1/2" x 11" format, the total submittal shall not exceed forty (40 pages) as part of their proposal, including drawings, specifications, final cost estimate, and summary of project scope/objectives, and name, address, and telephone numbers of client contacts. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting completed SF 254s (for firm, joint ventures, and consultants) which must not be dated more than six (6) months before the date of this synopsis, and an SF 255, along with a letter of interest identifying the project by solicitation number. Each SF 255 shall include partial project examples as similar in nature to the tentative project as possible, bound in 8 1/2" x 11" format. Also included in Block 10 as the last entry the following certification: "I hereby certify the firm (or joint venture) and consultants listed for this project meet the geographic limitations stated in the CBD announcement for this solicitation," or a statement certifying establishment of a local office within 30 days after award. This procurement is being set aside for small business concerns only. Responses shall be made to: General Services Administration, 7th & D Streets, SW, Bid Room 1065, Washington, DC 20407 by 3:30 p.m. 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, and 3) Closing time. Late responses are subject to FAR Provision 52.214-7. This is not a request for proposals. Posted 02/07/00 (W-SN422525). (0038)

Loren Data Corp. http://www.ld.com (SYN# 0022 20000209\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page