Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2003 FBO #0532
SOLICITATION NOTICE

C -- Minor Structural/Civil Engineering A/E Services

Notice Date
5/13/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Potomac Service Delivery Team (WPG), 7th & D Streets, SW, Room 6901, Washington, DC, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P03YAC0031
 
Response Due
6/12/2003
 
Archive Date
6/27/2003
 
Point of Contact
Michele Mailhot, Contracting Officer, Phone (202) 260-4424, Fax (202) 401-0076, - Michele Mailhot, Contracting Officer, Phone (202) 260-4424, Fax (202) 401-0076,
 
E-Mail Address
michele.mailhot@gsa.gov, michele.mailhot@gsa.gov
 
Small Business Set-Aside
Very Small Business
 
Description
Multi-award indefinite quantity contract(s) for performance of minor structural/ civil design and other related services procured under the Brooks Act and FAR Part 36, for architect-engineer services. The services will be provided for the General Services Administration, National Capital Region (NCR), under solicitation No. GS-11P03EGD0004. The professional services, which the A-E will provide under this contract, include the performance of minor structural/civil engineering design and related services for studies, surveys, and design. Included are architectural, historic preservation architecture, mechanical, electrical, elevators, cost estimating, fire and life safety, asbestos removal design, handicapped facilities, studies as appropriate to design, feasibility studies, engineering surveys/reports. The work shall also include, but is not limited to, the services of a corrosion consultant, certified roofing consultants, and registered fire protection engineer. The services may include provision of preparation of reports, preparation of contract documents including design, provision of post construction contract award services (PCCS), review of shop drawings and may also require construction inspection services. The Contractor shall also provide fixed price structural/architectural emergency surveys. The Government will not indemnify the A/E against liability rising out of work involving asbestos and other hazardous materials. Any one of the services may be required separately or in combination; that is, a project may need review only, the project may require review and acceptance testing after construction or the project may require system evaluation only. All services will be procured through the issuance of individual work/delivery orders, each defined by a separate scope of work. The duration of the contract (s) shall be for (1) base period, followed by four (4) option periods, with a maximum ordering limitation not to exceed $1,000,000 for each period, for an aggregate dollar value of $5,000,000. The Government shall award a contract to no more than five contractors. The guaranteed minimum is $25,000 per firm. Consideration for this contract is limited to firms or joint ventures (either with consultants) located within Maryland, Virginia, or the District of Columbia demonstrating the capability to coordinate the required services in their own active production offices located in the NCR. Firms not currently located within a 50-mile radius of the Washington Metropolitan Area (NCR) must establish a local active production office within 30 days after contract award. The boundaries of the NCR include the District of Columbia; Montgomery, and Prince George's Counties in MD; Arlington, Fairfax, Prince William and Loudon Counties in VA; the City of Baltimore in Maryland; and the Cities of Alexandria, Falls Church and Fairfax in VA. There will be no travel premium allowed for projects within the NCR. The evaluation criteria for selection are as follows: I. PROFESSIONAL QUALIFICATIONS (45%): A. Demonstrate that the proposed team members and consultants meet the technical qualifications specified through the submittal of resumes. B. Demonstrate that the firm has sufficient staff and technical resources to under take this contract (15). C. Describe the management controls in place to ensure the adequate performance of this contract (10). D. Address the firm's knowledge of general and specific conditions regulating design and construction in the NCR; such as, familiarity with National Planning Commission, etc. (5). II. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (45%): A. Demonstrate that the firm and proposed team members and consultants have experience in structural/civil design and related services (20). B. Demonstrate that the firm and proposed team members and consultants have experience in the design and review of new construction and renovation projects (15). C. Demonstrate the experience of the proposed team members and consultants, in working together on similar projects (5). D. Demonstrate experiences in use of metric unit measures and CADD (5). III. PAST PERFORMANCE (10%): A. Provide a list of at least the last three, but no more than the last five, contracts for work. Include on the list the name of the client, an individual's name and the telephone number. If possible, include at least on e federal agency client (10). SAMPLES: Submit two (2) project samples including drawings, specifications, final cost estimate, and summary of project scope/objectives, and name, address and phone number of client. Each A-E will be required to provide at least three (3) but no more than five (5) project examples similar in nature to the proposed project. Each project example must list the name of the client, the name of a technical representative who monitored the project along with his telephone number. If possible, include at least one client that was a federal agency. The submittal should be bound in 8 1/2" x 11" format, the total submittal (excluding SF 254s and 255s) shall not exceed forty (40 pages) as part of their proposal, including drawings, specifications, final cost estimate, and summary of project scope/objectives, and name, address, and telephone numbers of client contacts. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting completed SF 254s (for firm, joint ventures, and consultants) which must not be dated more than six (6) months before the date of this synopsis, and an SF 255, along with a letter of interest identifying the project by solicitation number. Each SF 255 shall include partial project examples as similar in nature to the tentative project as possible, bound in 8 1/2" x 11" format. Also included in Block 10 as the last entry the following certification: "I hereby certify the firm (or joint venture) and consultants listed for this project meet the geographic limitations stated in the CBD announcement for this solicitation," or a statement certifying establishment of a local office within 30 days after award. This procurement is being set aside for small business concerns only. Responses shall be made to: General Services Administration, 7th & D Streets, SW, Bid Room 1065, Washington, DC 20407 by 3:30 p.m. local time on the due date of this notice. The following information MUST be on the outside of the sealed envelope: 1) Solicitation Number/Title, 2) Due date, and 3) Closing time. Late responses are subject to FAR Provision 52.214-7. Point of Contact: Joyce Terry @ 202-708-5851.
 
Place of Performance
Address: National Capital Region, Washington Metropolitan Arean
Country: USA
 
Record
SN00323446-W 20030515/030513213934 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.