Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 3,2000 PSA#2592

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

C -- C -- COST ESTIMATING, VALUE ENGINEERING SERVICES AND RELATED COST/ESTIMATING ANALYSES FOR PROJECTS THROUGH THE GSA MID-ATLANTIC REGION. SOL GS-03P-00-DXD-0015 DUE 051900 POC Theresa Weikel, Contracting Officer, Phone (215) 656-6142, Fax (215) 656-5839, Email theresa.weikel@gsa.gov WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=GS-03P-00-DXD-0015&LocID=55. E-MAIL: Theresa Weikel, theresa.weikel@gsa.gov. C -- Supplemental term contract for Project Cost Management: resources planning, cost estimating, cost budget and cost control. In addition work may include but is not limited to: Value Engineering, Life Cycle Costing, Bid Analysis, Change Order Estimating & Analysis, Project Scheduling and Advisory Services for projects in Mid-Atlantic Region which includes the following: the Commonwealth of Pennsylvania, the Commonwealth of Virginia (excluding the counties of Arlington, Fairfax, Loudon and Prince William and the city of Alexandria), states of Maryland (excluding the counties of Montgomery and Prince Georges), Delaware, West Virginia, New Jersey (excluding the counties of Passaic, Bergen, Morris, Union, Essex, Hudson, Middlesex and Monmouth). THE A/E OF RECORD HAS UP TO 45 CALENDAR DAYS AFTER AWARD OF THE CONTRACT TO ESTABLISH A PRODUCTION CAPABILITY WITHIN THE GENERAL GEOGRAPHIC AREA. As defined by the Project Management Institute (PMI), Project cost management consists of resources planning, cost estimating, cost budget and cost control. Cost estimates at various levels of complexity will be required depending on the size of the project for both federally owned and leased properties. Estimating for remediation of hazardous materials is also required (asbestos, lead, PCB, etc.). These projects cover new construction, as well as, Repair & Alteration work of all trades, general construction and Architectural and Engineering systems. The work may also involve reviewing the cost estimates prepared by others. GSA DOCUMENT SUBMISSION REQUIREMENTS (For Information Only) 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 _" 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 A-E participants are reminded that the selection/evaluation of the prime A-E and team shall be based on the compatibility of their systems with each other. GSA will not accept any other format. GOVERNMENT OWNERSHIP OF ALL MATERIALS (Where Applicable) All CAD, AutoCAD drawings and related files, photographs, drawings, renderings, blueprints, specifications and/or other materials generated for use by the contractor on the project, whether in machine readable form or not, shall belong at all times to the Government and will be delivered to GSA at the times specified and within the schedules contained in the Contract or at the termination of the Contract, whichever occurs first. Respondents must demonstrate capability and a planned approach to perform services in existing production offices located within the Mid-Atlantic Region at the time of evaluation of offerors. CATEGORIES OF EVALUATION CRITERIA TO BE APPLIED IN THE SELECTION PROCESS IN THE DESCENDING ORDER OF IMPORTANCE ARE AS FOLLOWS: 1. PAST PERFORMANCE & EXPERIENCE with related or similar projects. The firm will provide a separate detailed narrative of not more than ten relevant projects as noted in SF 255, Item #8. List projects which demonstrate firm's experience with projects of similar scope as that described above. 2. PERSONNEL QUALIFICATIONS: Team members will be evaluated on the basis of their education and professional certification and experience. Demonstrated ability to perform cost estimating work of similar scope for Repair and Alteration work in occupied buildings and new construction. Firms musts have on staff Project Management Institute (PMI) Certified Project Managers with experience in project cost management. Firms must have certified professional estimators on staff, from either American Association of Cost Engineers (AACE) or American Society of Professional Estimators (ASPE). Estimating of projects in metric units (System International) and English system is required and in accordance with GSA Forms 3596 & 3597 (Revised, June, 1992). The firm must have previous experience in professional cost estimating, with Repair and Alteration work in occupied facilities and must be able to provide services on call throughout the Mid-Atlantic Region. 3. ORGANIZATION AND MANAGEMENT: Capability of team organization and ability to show demonstrated estimate accuracy in ranges well within final construction cost. Critical factors include types and numbers of personnel in desired disciplines, experience of team members including length of service with the firm. 4. PREVIOUS EXPERIENCE AND FAMILIARITY with federal government design standards and procedures. 5. DEMONSTRATED CAPABILITY AND FAMILIARITY with the metric system and ability to estimate from design documents using the same. Consideration will be limited to firms who are capable of providing services in existing active production offices in the Mid-Atlantic Region. Joint ventures are permitted, however both firms of the joint venture must have an active production office in the Mid-Atlantic Region at the time of submission ofoffers. Both firms of the joint venture must be primarily engaged in the business of Project Cost Management and cost estimating. The estimated early contract start date is 8/2000. [Base Year plus four (4) one year options]. The contract will include hourly rates at applicable levels for anticipated disciplines for use in negotiating fixed price work orders. Extra credit supplemental points will be given to women-owned and small disadvantages business concerns. The Government shall award a work order based on the negotiated hourly rates only. The maximum amount to be expended under the contract shall not exceed $300,000.00 per year. The guaranteed minimum amount of the contract is negotiable. Firms located within the Mid-Atlantic Region and having the capabilities to perform the services described herein are invited to respond by submitting two (2) completed copies of Standard Forms 254 and 255 11/92 edition along with a letter of interest (identifying this announcement by number) to the following office no later than May 19, 2000, at 4:30 PM: GSA, Mid-Atlantic Region, Chesapeake Realty Services District, Tidewater Services Group (3PCT), The Wanamaker Building, Room 614, 100 Penn Square East, Philadelphia, PA 19107-3396 ATTN: Mrs. Theresa Weikel. Please reference the solicitation number on the outer envelope. SPECIAL ATTENTION SHOULD BE GIVEN TO THE FOLLOWING AREAS OF THE SF 255: ITEM 7: List only the team members including staff professionals who will actually perform the tasks under this contract, (no more than 15). ITEM 8: List no more than 10 projects and include only relevant projects of similar scope to those to be performed under this contract. ITEM 8B: Give a synopsis of the scope of work for each project. ITEM 9C: Give a point of contact and telephone number for each project. ITEM 10: In narrative form, outline your firm's approach to Total Project Cost Management and cost estimating, review/analysis techniques, quality control programs and project management. Include additional information regarding the firm's qualifications to perform similar work. The last entry under Item 10 must read: "I hereby certify that the firm listed under Item 3 is located within the Mid-Atlantic Region as stated in the CBD announcement for this contract." This solicitation is being issued on an unrestricted basis in accordance with the Small Business Competitiveness Demonstration Program. SIC Code 8711. This is not a request for proposal. Posted 05/01/00 (D-SN449949). (0122)

Loren Data Corp. http://www.ld.com (SYN# 0014 20000503\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page