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