Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 23,1995 PSA#1374

GSA, PBS, Contracts Division (4PCC), Suite 2500, 401 West Peachtree St. NW, Atlanta, GA 30365-2550

C -- PROGRAM MANAGEMENT SERVICES (PM) SOL GS-04P-EXD-0056 due 072895. Contact Point, Beverly Bigham, 404/331-4871, Contracting Officer, Beverly Bigham, 404/331-4871. Part 2 of 2. Photographs may be incorporated with the text in Sections 8 and 10 of the SF 255 if desired, but a maximum of five pages of additional photographs or information may be presented. The following evaluation criteria and associated weight factors should be addressed with technical evaluation information presented in Section 10 or other appropriate section of the SF 255: Qualifications and Experience if Key Personnel (25 points). Summarize the qualifications, professional designation, experience, education, background information, specific assignments, and other significant information for key members of the national PGM team. Indicate the specific office in which each key team member is based. Using the Atlanta CSC as an example, submit the qualifications, experience, education, background information, specific assignments, and other significant information for key members of the specific project team. Indicate the specific office in which each key team member is based. For all key personnel, identify the anticipated duties of the person as full-time or part-time, identify the person as an employee of the PGM firm or as an employee of a consulting firm, and indicate the specific office in which each person is based; PGM Firm's Past Experience on Similar Projects (45 points). This factor includes evaluation of performance on previous projects based on demonstrated results in time, cost and quality control, and investigation of client references. Provide information on recently completed or on-going similar projects that will identify the firm's qualifications, experience and achievements. Clearly demonstrate the firm's ability to control time, cost, and quality and to perform the work required under the contract (10 points). Provide names, addresses and telephone number of the last five clients for which the PGM firm has provided similar services to those described in this Announcement (10 points). Describe your experience in managing similar multi-location national programs (10 points). Describe your experience with design-build projects greater than $25,000,000 (10 points). Describe your experience in managing similar multi-location national programs (10 points). Describe your experience with modernization projects greater than $15,000,000 (5 points); PGM's Management Approach to National Program (10 points) Provide an organizational chart, identifying the Government Contracting Officer, the Government Program Executive; the Government Project Managers; the PGM's management, team leaders, reviewers, inspectors and major national consultants, with lines of authority and communication clearly noted. Describe your approach to mobilizing the national program and the resources and controls that will be in place to assure consistent design and construction quality at all CSC sites; Describe your Management Information System, as described in the draft Scope of Work; PGM's Management Approach to Typical Project (10 points). Using the Atlanta CSC as an example, provide a detailed organizational chart, identifying the Government Contracting Officer, the Government Program Executive; the Government Project Manager, the PGM's team leader; and the PGM's reviewers, inspectors and all consultants, with lines of authority and communication clearly noted. Specifically discuss the interaction between the project team and the national program team. Describe your approach to mobilization for the project, timely response to a task order request, resources available to handle multiple projects, and effective management control of personnel and consultants. Indicate additional resources that may be utilized in the event that personnel initially named must be replaced, or supplemented, during the project; PGM's Resources, Facilities and Technology (10 points). Describe the resources and facilities availble to the PGM. Describe in-house computer office automation capabilities, including ability to review drawings in an AutoCad Release 12 format acceptable to the Government, the ability to interface with the Government's Microsoft Excel V.5.0 and Word for Windows V.6.0. software, and the ability to send, receive and share data electronically via desktop conferencing technologies; Proximity of Production Offices to CSC Sites (15 ``bonus'' points). In the evaluation of submittals, preference will be given to firms having active, viable production office within each of the following three geographic areas: Area No. 1: The state of Georgia. Area No. 2: The state of California. Area No. 3: Any of the following: The states of Connecticut, Maryland, Massachusetts, New Jersey, New York, Pennsylvania or Virginia; or the District of Columbia. The technical proposals will be evaluated first according to the rating factors identified above, and then a short-list of the most highly qualified firms will be prepared. The short-listed firms will be notified and provided a copy of the design program for the Chamblee Customer Service Center as a reference. Interviews by Government representatives of each firm at their respective principal offices will be arranged. Joint venture partnerships will be considered based upon a demonstrated interdependency of members which make the arrangement viable and desirable for quality and efficiency. SB - SDB Participation: Although this procurement is open to large business, small and minority-owned A-E firms are strongly encouraged to participate. The Government recognizes the talent existing in smaller firms and encourages the contributions of new and innovative designers to public architecture. The consultants being proposed by large businesses, as shown in the required SF-254s and SF-255s, shall be reflected in a Small Business and Small Disadvantaged Business Subcontracting Plan to be submitted by short-listed firms only. Short-listed firms must also provide a brief written narrative of outreach efforts made to utilize small disadvantaged and small women-owned businesses on this project. An acceptable Subcontracting Plan must be agreed upon prior to contract award to any large business. Short-listed large businesses will be required to demonstrate a proactive effort to achieve the following minimum goals for all subcontracted work: Small Business (32%), Small Disadvantaged Businesses (6%), and Small Women-Owned Businesses (3%). A pre-submission meeting will be held on July 13 at 9:00 AM in GSA's 31st Floor Conference Room in the Peachtree Summit Building at 401 West Peachtree Street in Atlanta, Georgia. Copies of the draft Scope of Work for the National Program Manager will be available at this meeting. Potential offerors having the capabilities to perform the services described herein are invited to respond by submitting three (3) copies of the submittal information listed above to Ms. Beverly Bigham at the office and address listed above, to be received by that office no later than 3:00 P.M. on July 28, 1995. All submittals must clearly indicate the solicitation number on the face of the envelope. Late submittals will be handled in accordance with FAR 52.215-10. A follow-up listing of firms to be interviewed will be placed in this publication. This is not a request for a proposal. (172)

Loren Data Corp. http://www.ld.com (SYN# 0012 19950622\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page