Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 25,1996 PSA#1728

GSA PhilAtlantic Realty Svcs Div (3PP), The Wanamaker Building Rm 613, 100 Penn Square East, Philadelphia, PA 19107-3396

C -- TERM CONTRACT FOR TOTAL COST MANAGEMENT SOL GS03P97CDD0002 DUE 123096 POC Contract Specialist, Claudia Ramspacher, (215) 656-6154 Supplemental term contract for Total Cost Management Estimating, Value Engineering, Life Cycle Costing, Bid Analysis, Change Order Estimating & Analysis, project Scheduling and Advisory Services for projects in Mid- Atlantic Region which includes the following: The Commonwealth of Pennsylvania, the Commonwealth of Virginia (excluding the counties of Arlington, Fairfax, Loudon and Prince William and the city of Alexandria), states of Maryland (excluding the counties of Montgomery and Prince Georges), Delaware, West Virginia, New Jersey (excluding the counties of Passaic, Bergen, Morris, Union, Essex, Hudson, Middlesex and Monmouth). Primary work will be cost management estimates and the generation of cost estimates of various levels of complexity depending on the size of the project for both federally owned and leased properties. These projects cover new construction and Repair & Alteration work of all trades, general construction and Architectural and Engineering systems. Estimating for remediation of hazardous materials is also required (asbestos, lead, PCB, etc.). Incidental work may include Value Engineering and Life Cycle Costing, Cost Estimating, Bid Analysis, Change Order Estimating & Analysis, Scheduling and Consultation. The work may also involve reviewing the cost estimates prepared by others. Firms must have certified professional estimators on staff, either American Association of Cost Engineers (AACE) or American Society of Professional Estimators (ASPE). Estimating of projects in metric units (System International) and English system is required and in accordance with GSA Forms 3596 & 3597 (Revised, June, 1992). The firm must have previous experience in professional cost estimating, with Repair and Alterations work in occupied facilities and must be able to provide on call throughout the Mid- Atlantic Region. GSA DOCUMENT SUBMISSION REQUIREMENT (For Information Only)GSA Contract requirements for project submissions require designers to provide an electronic submission readable and alterable by AutoCAD release 12 or later versions. DXF and IGES formats shall not be accepted as submissions. A hard copy and ASCII file listing all filenames on diskettes must be submitted. Drawings: Native .DWG format, AutoCAD release 12 or later version or AutoCAD/LT. Written Documents/Specs. etc. NATIVE Microsoft Work, version 6.0 Estimates: NATIVE Microsoft Excel, Version 5.0 The selection/evaluation of the prime A/E and team shall be based on the compatibility of their systems with each other. GSA will not accept any other format. Detailed CAD Deliverable Policy is available upon request. GOVERNMENT OWNERSHIP OF ALL MATERIAL (Where Applicable)All CAD, AutoCAD drawings and related files, photographs, drawings, renderings, blueprints, specifications and/or other materials generated for use by the contractor on the project, whether in machine readable form or not, shall belong at all times to the Government and will be delivered to GSA at the times specified and within the schedules contained in the Contract or at the termination of the Contract, whichever occurs first. Respondents must demonstrate capability and planned approach to perform services in existing production offices located within the Mid-Atlantic Region at the time of evaluation of offerors. CATERGORIES OF EVALUATION CRITERIA TO BE APPLIED IN THE SELECTION PROCESS IN THE DESCENDING ORDER OF IMPORTANCE ARE AS FOLLOWS: 1. PAST PERFORMANCE & EXPERIENCE with related or similar projects. The firm will provide a separate detailed narrative of not more that ten relevant projects as noted in SF 255, Item #8. List projects which demonstrate firm's experience with projects of similar scope as that described above. 2. PERSONNEL QUALIFICATIONS: Team members will be evaluated on the basis of their education and professional certification and experience. Demonstrated ability to perform cost estimating work of similar scope for Repair and Alterations work in occupied buildings and new construction. 3. ORGANIZATION AND MANAGEMENT: Capability of team organization and ability to show demonstrated estimate accuracy in ranges well within final construction cost. Critical factors include types and numbers of personnel in desired disciplines, experience of team members including length of service with the firm. 4. PREVIOUS EXPERIENCE AND FAMILIARITY with federal government design standards and procedures. 5. DEMONSTRATED CAPABILITY AND FAMILIARITY with the metric system and ability to estimate from design documents using the same. Consideration will be limited to firms who are capable of providing services in existing active production offices in the Mid-Atlantic Region. Joint ventures are permitted, however both firms of the joint venture must be primarily engaged in the business of Project Cost Management and Cost Estimating. The estimated early contract start date is 6/97 and the estimated early finish date is 6/98 (Base Year plus two (2) one year options). The contract will include hourly rates at applicable levels for anticipated disciplines for use in negotiating fixed price work orders. Extra credit supplemental points will be given to women-owned and small disadvantages business concerns. The Government shall award a work order based on the negotiated hourly rates only. The maximum amount to be expended under the contract shall not exceed $300,000.00 per year. The guaranteed minimum amount of the contract is negotiable. Firms located within the Mid-Atlantic Region and having the capabilities to perform the services described herein are invited to respond by submitting two (2)completed copies of Standard Forms 254 and 255 along with a letter of interest (identifying this announcement by number) to the following office no later than December 30, 1996 at 4:30 PM: GSA, Mid-Atlantic Region, Office of Business and Public Affairs (3ADB), The Wanamaker Bldg., 100 Penn Square East, Philadelphia, PA 19107. Please reference the solicitation number on the outer envelope. SPECIAL ATTENTION SHOULD BE GIVEN TO THE FOLLOWING ARES OF THE SF 255: ITEM 7: List only the team members including staff professionals who will actually perform the tasks under this contract, (no more than 15). ITEM 8: List no more that 10 projects and include only relevant projects of similar scope to those to be performed under this contract. ITEM 8B: Give a synopsis of the scope of work for each project. ITEM 9C: Give a point of contact and telephone number for each project. ITEM 10: In narrative form, outline your firm's approach to Total Project Cost Management and cost estimating, review/analysis techniques, quality control programs and project management. Include additional information regarding the firm's qualifications to perform similar work. The last entry under Item 10 must read: ''I hereby certify that the firm listed under Item 3 is located within the Mid-Atlantic Region as stated in the CBD announcement for this contract''. This is not a request for proposal. This procurement is unrestricted under full and open competition. Copies of Metric Design Guide Products are available free of charge as follows: GSA Mid-Atlantic Region Phil-Atlantic Realty Services District (3PPR), The Wanamaker Building 100 Penn Square East Philadelphia, PA 19107 Attn.: Claudia Ramspacher.(0326)

Loren Data Corp. http://www.ld.com (SYN# 0015 19961122\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page