Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 6,2000 PSA#2550

General Services Administration, Public Buildings Service (PBS), Chesapeake Realty Services District (3PC), The Wanamaker Building, 100 Penn Square East, Philadelphia, PA, 19107-3396

C -- FULL ENGINEERING DESIGN SERVICES FOR PROJECTS THROUGHOUT THE COMMONWEALTH OF VIRGINIA AND THE STATE OF MARYLAND SOL Reference-Number-A-EChesapeake-00-0001 DUE 042100 POC Desiree Blakey, Contract Specialist, Phone (215) 656-6137, Fax (215) 656-5838, Email desiree.blakey@gsa.gov -- Patti Vaughn, Contracting Officer, Phone (215) 656-6144, Fax (215) 656-5838, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=Reference-Num ber-A-EChesapeake-00-0001&LocID=55. E-MAIL: Desiree Blakey, desiree.blakey@gsa.gov. C- Supplemental term contract for Full Mechanical, Electrical and Related Engineering Design Services for projects throughout the Commonwealth of Virginia (excluding the counties of Arlington, Fairfax, Loudoun and Prince William) and the state of Maryland (excluding the counties of Montgomery and Prince Georges). Work involving repairs, alterations, renovations and modernization of buildings or portions thereof. Projects under this contract are primarily mechanical, electrical, fire protection, life safety, security and code compliance in nature with incidental asbestos abatement, elevator work, structural and architectural work and may require the preparation of feasibility studies, design development, and/or construction documents. Examples of types of projects include HVAC system upgrades, electrical distribution system improvements, plumbing renovation work, new security systems, fire protection systems and elevator upgrades. The work stated above may involve multiple work orders to be done concurrently within the geographical area. GSA is committed to excellence in engineering design. Projects under this contract are for repair and alteration work in federal facilities and generally will be for projects up to $2 million in construction costs and will almost always involve occupied buildings and may involve historically significant structures. The scope of engineering services under this proposed contract may include, but may not be limited to, the following: pre-design, programming, and the preparation of feasibility studies; site investigation, complete design services; mechanical, electrical, structural, fire protection, vertical transportation; code compliance; procurement support; submittal review, post construction award services and other related supplemental services if so requested by the Government. Hazardous materials may be encountered in the existing facilities. Projects may involve incidental asbestos abatement. The E-A's Industrial Hygienist will be required during design to identify andquantify the types and locations of hazardous materials that will be abated during the construction. The projects will be designed and constructed in "hard" metric, System International (SI) units in accordance with Public Law 100-576, the Omnibus Trade & Competitiveness Act of 1988, the Metric Conversion Act, and Executive Order 12770. GSA CAD Deliverables Policy will be incorporated as requirements of the awarded contract. Detailed CAD Deliverable Policy may be accesses on the Internet at http://www.pbs3.gsa.gov. (Select "Vendor Information" and choose the link to the CAD Policy.) All files shall be submitted on one of the following media: 3 12" high density floppy disks: shall be formatted to be read by MS-DOS and Windows 95 and compressed using PKWare, WinZip, or Windows 95 Backup. No submission shall exceed ten disks. Iomega 100 megabyte ZIP drives: shall be formatted to be read by MSDOS and Windows 95. CD-ROM: shall be created using the ISO 9660 file system and using a block size of 2048 bytes (2K). CD-ROM's may not be compressed. All drawings shall be readable by AutoCAD Release 14.01 for Windows 95, and shall be .DWG files. Word Processor documents shall be Microsoft Word 6 or Microsoft Word 7 (also known as Microsoft Word 95) files. Macros may be included with these documents provided they are not write-protected and their function is explained next to the code. Spreadsheet documents shall be Microsoft Excel 5 or Microsoft Excel 7 (also known as Microsoft Excel 95) files. Graphics may be submitted .JPG or .GIF file format only. Project Management documents shall be Microsoft Project 4.0 or Microsoft Project 4.1 (also known as Microsoft Project for Windows 95) files. Project files shall be saved with a baseline. All E-A participants are reminded that the selection/evaluation of the prime E-A and team shall be based on the compatibility of their systems with each other. GSA will not accept any other format. Contractor agrees that all CAD, AutoCAD drawings and related files, photographs, drawings, renderings, blueprints, specifications and/or other materials generated for use by contractor on the project, whether in machine readable form or not, shall belong at all times to the General Services Administration (GSA) and/or government and will be delivered to GSA at the times specified and within the schedules contained in the Agreement or at the termination of the Agreement, whichever occurs first. EVALUATION CRITERIA TO BE APPLIED IN THE SELECTION PROCESS IN THE ORDER OF IMPORTANCE ARE AS FOLLOWS: 1. PAST PERFORMANCE AND EXPERIENCE with related or similar projects. The firm shall provide, on the SF 255 item #8, a detailed narrative of up to 10 relevant projects and indicate percentage of their involvement and role as prime, consultant, joint venture or individual experience. Submitted projects should demonstrate the coordination of multiple disciplines. List projects that demonstrate firm's experience with projects of similar size and scope. 2. PERSONNEL QUALIFICATIONS: Team members will be evaluated on the basis of their education, professional certification, licensure, knowledge and application of all relevant codes and experience within each of the disciplines identified, including Fire Protection. Critical factors include types and numbers of personnel in desired disciplines. They must have demonstrated an ability to perform repair and alteration design work of similar size and scope in occupied buildings. 3. ORGANIZATION AND MANAGEMENT: Capability of team organization and ability to control budgets, project scheduling and quality assurance. Ability to handle multiple projects. Previous experience in coordinating work of consultants. 4. FAMILIARITY WITH FEDERAL GOVT. DESIGN STANDARDS AND PROCEDURES (nonmilitary): Previous working experience with PQ-100.1 (Facility Standards for PBS); all applicable Building Codes (including BOCA, NFPA, and, Environmental regulations); Uniform Accessibility Standards (UFAS/ADA) as referenced in SF 255 item #8 & #9. Extra credit supplemental points are set aside for participation of minority owned and women owned firms. Consideration will be limited to prime firms capable of providing a minimum of 50% of services with in-house resources in existing active design office in the geographical area. In the event of contract award to a large business the following is applicable: 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 20 percent for small business, 5 percent for small disadvantaged business, 5 percent for women-owned business, and 1.5 percent for HUBZone participants. In support of the agency efforts, firms seeking consideration for thiscontract 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.) This procurement will result in a supplemental indefinite quantity term contract. The estimated early contract start date is December 2000. The contract will cover an initial one (1) year base with four (4) one-year renewal options. The contract work shall be performed with the issuance of work orders. The contract will include hourly rates for anticipated disciplines at various levels for use in negotiating fixed price work orders. It is the Government's intent to incorporate the Look-Up Tables into the contract as mandatory payment provision. However, the Government reserves the rights to award work orders based on the negotiated hourly rates only. The maximum amount to be expended under the contract shall not exceed $750,000 in fees per year. The total value of work orders placed against the contract for any year may be exceeded by the contracting officer by up to 50% of the cumulative fee of $750,000.00 per year or $1,125,000.00. Firms meeting the geographical limitation and having the capability to perform the services described herein are invited to respond by submitting two (2) completed copies of SF 254 and 255 Nov 92 edition along with a letter of interest (identifying this announcement by Reference Number: A-EChesapeake-00-0001) to the office listed below by April 21, 2000. Special attention should be given to the following areas on the 255: ITEM 7—list only the team members including staff professionals who will actually perform the major tasks under this contract. ITEM 8 -- list up to 10 projects, "not 10 projects for each firm or consultants". Indicate which firms participated in each of the projects. Include only relevant projects of similar size and scope to those to be performed under this contract. ITEM 8b -- give a synopsis of the scope of work for each project, stating clearly what tasks were performed by the prime firm. ITEM 9c -- give a point of contact and telephone number for each project. ITEM 10 -- in a narrative form, outline firm's approach to design, design reviews, quality control and project management. Include any additional information regarding the firm's qualifications to perform work similar in scope and size to this project. The last entry under item 10 must read: "I hereby certify that the firm listed under item 1 meets the geographical limitations stated in the CBD announcement for this contract. This is not a request for proposal. THIS PROCUREMENT IS BEING MADE UNDER THE SMALL BUSINESS COMPETITIVENESS DEMOSTRATION PROGRAM ON AN UNRESTRICTED BASIS UNDER FULL AND OPEN COMPETITION. SIC Code 8712. Firms desiring consideration shall submit appropriate data within 30 calendar days of the date of this notice: GSA Region 3, Chesapeake Realty Services District, The Wanamaker Building, Room 625, 100 Penn Square East, Philadelphia, PA 19107, Attn: Ms. Desiree Blakey Posted 03/02/00 (D-SN430556). (0062)

Loren Data Corp. http://www.ld.com (SYN# 0014 20000306\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page