Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 6, 2001 PSA #2972
SOLICITATIONS

C -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR SUPPLEMENTAL A/E SERVICES

Notice Date
November 2, 2001
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PMA), 819 Taylor St., Rm. 11A01, Fort Worth, TX, 76102
ZIP Code
76102
Solicitation Number
GS-07P-02-HHD-0018
Response Due
December 3, 2001
Point of Contact
Pia Heiges, Contract Specialist, Phone (817)978-3849, Fax (817)978-2577, Email pia.heiges@gsa.gov -- Carolyn Smith, Contracting Officer, Phone (817) 978-7483, Fax (817) 978-7098, Email carolyn.smith@gsa.gov
Description
NAICS 541310 This is a SOLICITATION for an Indefinite Delivery Indefinite Quantity contract for supplemental A/E services for a period of one year with four one-year option periods. The contract will be for services primarily but not limited to the State of Arkansas. The contiguous United States will be the Secondary Area. Services shall be provided under this contract within the Secondary Area if ordered by the government. However, the government shall have no obligation to order services to be performed under this contract within the Secondary Area, and its failure to order any such services shall not breach or otherwise violate this contract. In addition, the Secondary Area of this contract may also be Secondary Contract Areas under other contracts. The contractor shall have no obligation to perform services within the Secondary Area, and its failure to do so shall not breach or otherwise violate the contract. The A/E firm selected shall primarily provide: Design, construction management and inspection, and estimating services for repair and alteration projects but may also be required to provide scope development, planning, interior design, environmental studies, feasibility studies, problem analysis, design review, consulting/design/construction management for elevator work, geotechnical testing, quality control testing, asbestos sampling/hazard assessment/abatement design/air quality monitoring, boundary and topographical surveying, historic structure reports, building evaluation reports and other architectural, engineering and technical services. The work will require primarily architectural, mechanical, electrical, and estimator disciplines, but may also require civil, structural, geotechnical, environmental, certified industrial hygienist, fire safety, elevator, acoustical, historic preservationist, construction manager/inspector, surveyor and other disciplines with specialized experience. There will be no limit to the amount paid on individual delivery orders and no limit on project size; however, the total cumulative delivery order amount shall not exceed $3 million in any one-year contract period, and the minimum guaranteed contract amount is $100 for the base year and each of the option years, if exercised. Projects, while there will be no limit on size, will generally involve repairs, alterations, and improvements in connection with existing buildings or properties, and may range in size from $25,000 to $20 million in estimated construction cost; however, the typical project range is $2 million. A/E firms will be evaluated in terms of their professional qualifications necessary for satisfactory performance of required services, specialized experience and technical competence in the fields of energy conservation, pollution prevention, waste reduction, the use of recovered materials and services regarding asbestos related work. Evaluation factors for the selection of the firm are as follows: (1) Experience (25%): Experience of the firm and consultants with regard to providing the types of services described above, and with regard to accomplishments of past projects including repair and alteration work. (2) Management and Inspection Capability (25%): Experience and capability of the firm and consultants with respect to complete management and inspection of services and projects of the type described above during the construction phase. (3) Technical Ability (25%): Professional qualifications, expertise and education level of individuals employed by the firm and consultants who will be directly involved in providing the above described services and their philosophy concerning the design of repair and alteration work. (4) Management/Organization/Production/Quality Contract (20%): Capability and past performance of the firm and consultants with respect to mobilizing, producing a high quality design, maintaining good working relationships; working with small repair and alteration projects, meeting schedules, providing accurate cost estimates, and tracking and controlling costs. (5) Performance Location (5%): The A/E firm must demonstrate that at least 35 percent of the A/E contract services (based on total annual contract price) will be accomplished within the primary geographical area of the State of Arkansas for the resulting contract. The Government will not indemnify the firm against liability involving asbestos or other hazardous materials, that is, no clause holding the firm harmless will be including in the contract. A firm-fixed price indefinite delivery indefinite quantity contract will result from this solicitation, including profit, overhead and hourly rates for anticipated disciplines and for use in negotiating firm-fixed price delivery orders. A supplemental architect-engineer lookup table for pricing delivery orders for projects with an estimate construction cost of less than $2 million will be included in the contract. The Government will use the fixed price amount in the lookup table which will be a function of project size, type, and complexity. The lookup table will be provided to the A/E during initial contract negotiations and shall be a mandatory payment provision. Firms, when responding to this announcement, should address their capability with regard to each of the evaluation factors listed above, as the top rated firms recommended for interview will be recommended solely on their written response to this announcement. This procurement is being made under the Small Business Competitive Demonstration Program. Offerors, prior to being awarded any contract exceeding $500,000 ($1 million for construction) shall be required to submit an acceptable subcontracting plan (see FAR 52.219-9) or demonstrate that no subcontracting opportunities exist. This provision does not apply to small business concerns. In accordance with the 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 this contract. As part of its commitment to socioeconomic initiatives of the Federal Government, the GSA has established for Fiscal Year 2002 subcontracting goals of 57 percent for small business, 3 percent for veteran-owned business, 2.5 percent for HUBZone Small Business, 7 percent for small disadvantaged business, and 6 percent for women-owned business. Architectural or engineering firms wishing to be considered must submit three (3) copies or sets of completed Standard Forms 254 and 255 and other pertinent information. The A/E shall be limited to subcontracting to firms agreed upon during negotiations. The use of subcontractors shown on the SF254/255s will be reflected in the Small Business and Small Disadvantaged Business Subcontracting Plan to be included in the contract. Firms must provide a brief written narrative of outreach efforts made to utilize small, small disadvantaged, and women-owned busineses, not exceeding one typewritten page. The 254s and 255s must be received not later than 3:15 p.m. local time on December 3, 2001. Faxed, facsimile, or emailed submittals will NOT be accepted or considered. All submittals must clearly identify the Solicitation Number (see above) on the fact of the envelope for identification purposes. Late submittals shall be handled in accordance with FAR 52.215-10. All responsible sources may furnish a timely submittal, which will be considered. Point of Contact: Pia Heiges or Carolyn R. Smith, Telephone No. 817-978-3849 or 817-978-7483, email pia.heiges@gsa.gov or carolyn.smith@gsa.gov,=20 =20 Place of Performance: Primarily but not limited to the State Arkansas. The Contiguous United States will be the Secondary Area.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/GSA/PBS/7PMA/GS-07P-02-HHD-0018/listing.html)
Record
Loren Data Corp. 20011106/CSOL002.HTM (D-306 SN5121Q5)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on November 2, 2001 by Loren Data Corp. -- info@ld.com