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