Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
SOLICITATION NOTICE

C -- A/E Roofing/Waterproofing

Notice Date
8/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PMA), 819 Taylor St., Rm. 12B01, Fort Worth, TX, 76102
 
ZIP Code
76102
 
Solicitation Number
GS-07P-06-HHD-0077
 
Response Due
9/1/2006
 
Small Business Set-Aside
Total Small Business
 
Description
C ? Architect and Engineering Services ? Construction ? General Services Administration (7PMA), Acquisition Services Branch, 819 Taylor St., Rm. 12B01, Fort Worth TX 76102-6105 SUBJECT: C?SUPPLEMENTAL A/E ROOFING/WATERPROOFING SERVICES, GREATER SOUTHWEST REGION SOL GS-07P-06-HHD-0077 DUE 09-01-2006, POC: Judi Grossman, Contracting Officer, (817) 978-2586. Procurement is set-aside Small Businesses. The North American Industrial Classification System Code applicable to this project is 541310, Architectural Services, which has a size standard of $4,000,000 in average annual receipts and corresponds to SIC Code. This is a solicitation for an indefinite quantity indefinite delivery (IDIQ) supplemental A/E Roofing/Waterproofing contract for a period of one-year with four one-year option periods. The contract will be for services primarily in the States of Arkansas, Louisiana, New Mexico, Oklahoma and Texas. This procurement is being made under the Small Business Competitive Demonstration Program, and is a Small Business Set-Aside. The firm selected will primarily perform roof inspections, building fa?ade inspections, obtain and analyze roof and mortar samples, perform roof infrared scans, create roof repair/replacement construction documents, fa?ade repair/restoration construction documents, create construction cost estimates, perform construction management services, and perform construction inspection services. Services may also include roof/waterproofing feasibility studies, lead paint sampling, and problem analysis inspections for projects related to roofing and waterproofing problems. The work will require primarily architectural related disciplines; buy may also require mechanical, electrical, and structural with specialized experience. Under this contract there will be a guaranteed minimum contract amount of $500 per year. There will be no limit to the amount ordered on individual delivery orders and no limit of project size; however, the maximum ordering limitation shall not exceed $2,500,000 in any one-year contract period. Projects, while there is no limit on size will generally involve the repair and replacement of roof systems and restoration on building facades on existing buildings that range in size from $25,000 to $1,250,000 in estimated construction cost. 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. Contractors will be required to register with Central Contractor Registration (CCR) at: http://www.ccr.gov prior to contract award. Evaluation factors for the selection of A/E are as follows: (1) Experience: 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) Key Personnel: Professional qualifications, expertise, and education level of individuals employed by the A/E firm who will be directly involved in providing the previously described services. (3) Construction Management and Inspection Capability: Experience and capability of the A/E firm to manage and/or inspect the construction services performed by roofing/fa?ade restoration contractors. (4) Management Strategy/Quality Control: Capability and past performance of the A/E firm with respect to producing, maintaining, and providing quality services as previously described. Architect/Engineer firms responding to this announcement must have the expertise and capability to perform and provide complete services or will not be considered. A Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract will result from this solicitation, including profit, overhead and hourly rates for anticipated disciplines and for use in negotiating FFP task orders. A supplemental architect-engineer lookup table for pricing task orders for projects with an estimated construction cost of less than $2,000,000 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. The contract will include profit and overhead rates, hourly and weekly rates for anticipated disciplines and weekly lodging rates for use in negotiating fixed price delivery orders. Lodging rates will be at the Government per diem rate. Pricing information will only be requested from the firm that is deemed to be the most highly qualified firm. The Government will use the fixed price amounts of the look-up table to price applicable delivery orders. The fixed price amounts in the look-up table will be provided to the A/E and shall be a mandatory provision. Consideration will be limited to firms having an active full production office within the five state region at the time of this announcement. Firms, when responding to this announcement, shall fully complete the ?Supplemental Architect/Engineer Questionnaire? and attach the necessary documents to the questionnaire as required. The ?Supplemental Architect/Engineer Questionnaire? will be provided by the Government upon receiving a written request from the Architect/Engineer firms for the questionnaire. Failure to provide the completed ?Supplemental Architect/Engineer Questionnaire? with the necessary attachments will result in the Architect/Engineer firm and the firm?s proposal to be considered as ?not acceptable? by the Government. The top ranked firms recommended for interview will be recommended solely on their written responses to this solicitation. Architect/Engineer firms wishing to be considered must submit the completed ?Supplemental Architect/Engineer Questionnaire? with attachments, Standard Form 330, and other pertinent information related to the evaluation factors and types of services listed above. The award of a fixed-price, indefinite quantity contract will result from this solicitation. All submittals with the completed ?Supplemental Architect/Engineer Questionnaire?, Standard Forms 330 and the necessary attachments that are received from responsible firms will be considered. Submittals must be received no later than 3:00 PM local time on September 1, 2006. All submittals must clearly identify Solicitation No. GS-07P-06-HHD-0077 on the face of the envelope for identification purposes. Late submittals will be handled in accordance with FAR 52.215-10.
 
Place of Performance
Address: Arkansas, Louisiana, New Mexico, Oklahoma and Texas.
Zip Code: 76102
Country: UNITED STATES
 
Record
SN01103538-W 20060803/060801221701 (fbodaily.com)
 
Source
FedBizOpps 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.