Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 25,2000 PSA#2544

General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PTA), 819 Taylor St., Rm. 11A01, Fort Worth, TX, 76102

C -- ELEVATOR-ENGINEERING/DESIGN SERVICES SOL GS-07P-00-HHD-0044 DUE 032400 POC Jane Scroggins, Contracting Officer, Phone (817) 978-7092, Fax (817) 978-2061, Email jane.scroggins@gsa.gov -- Carol Lautzenheiser, Contracting Officer, Phone (817)978-6165, Fax (817)978-2061, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=GS-07P-00-HHD-0044&LocID=341. E-MAIL: Jane Scroggins, jane.scroggins@gsa.gov. SIC Code 8712 Elevator -- Engineering/Design Services for the Greater Southwest Region which includes the five (5) states of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. Indefinite Delivery/Indefinite Quantity Contract for Elevator Engineering/Design Services for a period of one (1) year with four (4) 1-year option periods. The firm selected will primarily perform elevator design, estimates, and elevator construction management and inspection on services, but may also be required to provide feasibility studies, safety inspections, problem inspections and analysis, and design reviews for elevator installation and related projects in various Government-owned buildings. The work will primarily require elevator engineering design, architectural and estimator disciplines; but may also require mechanical, electrical, and structural engineering with specialized experience. Under this contract there will be no limit to the amount ordered on individual delivery orders and no limit on project size; however, the maximum ordering limitation shall not exceed $3.5 million in any one year contract period. Projects, while there is no limit on size, will generally involve the repair, alterations, and replacement of elevator systems on existing buildings ranging in size from $25,000 to $750,000 in estimated construction cost. The following elevator modernization projects and estimated construction cost range represent an estimated workload inventory for which services, in various design or construction phases, may be required: Alexandra, LA, $50,000 -- $275,000; Fort Smith, AR, $50,000 -- $200,000; El Paso, TX, $50,000 -- $250,000; Opelousas, LA, $50,000 -- $150,000; Gallup, NM, $200,000 -- $500,000; and New Orleans, LA, $200,000 -- $400,000. The four evaluation factors, each having equal value, for selection of elevator engineering/design firms are as follows: 1) Experience -- Experience and knowledge with regard to providing specialized services described above relating to the elevator industry; 2) Key Personnel -- Professional qualifications, expertise, experience, and education level of individuals employed by the firm and consultants who will be directly involved in providing elevator design and services; 3) Management and Inspection Capability -- Experience and capability of the firm with respect to complete construction management and inspection of elevator projects; and 4) Management Strategy/Quality Control Capability -- Past performance of the firm with respect to producing, maintaining and providing required services. Firms responding to this announcement must have the capability to provide complete services described above or will not be considered. In accordance with Public Law 95-507, the A/E will be required to provide the maximum practicable opportunities for small business concerns and small business concerns owned and controlled by socially and economically disadvantaged individuals to participate as subcontractors in the performance of the contract. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established for fiscal year 2000 subcontracting goals of 52 percent for small business, 9.0 percent for small disadvantaged business, 5.0 percent for women-owned business, and 1.5 percent for HUBZone participants. In support of the agency efforts, firms seeking consideration for this contract should provide maximum practicable subcontracting opportunities for small, small disadvantaged, women-owned and HUBZone businesses. The use of subcontractors/consultants shown on the submitted SF 254's will be reflected in a Small Business and Small Disadvantaged Business Subcontracting Plan included in the contract. Firms must also provide a brief written narrative of outreach efforts made to utilize small, small disadvantaged, women-owned and HUBZone businesses. The narrative shall not exceed one type written page. An acceptable subcontracting plan must be agreed to before contract award. (Small businesses are not subject to this requirement.) The resulting contract will include hourly rates for anticipated disciplines for use in negotiating fixed price delivery orders, which are not covered by the lookup table. For projects with an estimated construction cost of $2 mil or less, the Government will use the fixed price amounts provided in the Supplemental Architect/Engineer Contract Lookup Table, for pricing delivery orders. This table will be provided to the A/E during initial contract negotiations. It is the Government's intent to incorporate in the contract the lookup table as a mandatory payment provision. However, the Government reserves the right to award a contract based on negotiated hourly rates only. Consideration for contract award will be limited to firms and all consultants/subcontractors having an active design production office within the five (5) state region referenced above at the time of this announcement. Joint ventures will not be evaluated or considered. Firms, when responding to this announcement, should fully address their experience and capabilities with regard to each evaluation factor listed above. The top ranked firms recommended for interview will be recommended solely on their written response to this solicitation. Elevator Engineering/Design firms wishing to be considered must submit complete SF 254s, 255s, and other pertinent information to the GSA office identified above. This procurement is being made under the Small Business Competitiveness Demonstration Program. The award of a fixed-price, indefinite quantity contract will result from this solicitation. All submittals from responsible firms will be considered. Submittals must be received by the Contracting Office at General Services Administration (7PTA), Attn: Jane Scroggins, 819 Taylor St., Room 11A01, Fort Worth, TX 76102-6105, no later than 3:00 p.m. CST, on March 24, 2000. All late submittals will be handled in accordance with FAR 52.214-7. See CBD Note 24. Any documents related to this procurement will be available via the Internet only. No hard copies will be available. Contractors are responsible for downloading their own copy of all documents, including the solicitation and any amendments. These documents will be in .pdf format and will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The WWW address of the General Services Administration page is http://www.eps.gov/. It is the contractor's responsibility to monitor this site for the release of any information or documents in the special notices, the solicitation and any amendments. I encourage contractors to periodically check the site because it is still your responsibility to make sure you have all of the documents related to this and any procurement. Posted 02/23/00 (D-SN427961). (0054)

Loren Data Corp. http://www.ld.com (SYN# 0019 20000225\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page