|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 16,1997 PSA#1867General Services Administration, PBS,26 Federal Plaza, Room 1639, New
York,NY 10278 C -- ARCHITECT AND ENGINEERING SERVICES SOL GS-02P-97-DTD-0205(N) DUE
071597 POC Ms. Adria R. Friedman, Contracting Officer ( 212) 264-9489;
Ms. Joan Betts, Contracting Officer ( 212) 264-9486 Supplemental A/E
Services for Architectural -- Engineering for planning, design, and A/E
studies including building evaluation of public buildings in New York,
New Jersey (Counties of Bergen Essex, Union, Morris, Passaic, Hudson,
Middlesex and Monmouth), Puerto Rico and the U.S. Virgin Islands.
Design services for the preparation of reports and studies relating to
the planning, design, and operation of public buildings. The work will
be on an as needed basis for a term of one year, under a firm fixed
price, indefinite delivery contract for projects located in New York,
New Jersey, Puerto Rico and the U.S. Virgin Islands. The anticipated
principal type of study is the Prospectus Development Study (PDS). The
PDS is a capital project scope and planning document which provides a
design program, an implementation strategy, and a budget assessment.
Also, the A/E will be expected to be capable of providing combined
architectural and engineering services modernization projects. The
contract will contain four unilateral one-year renewal options, the
total aggregate maximum order limitation shall not exceed $750,000
during the Base Period or any Option Year. There is no minimum
guarantee under this contract PDS's, other Studies and Projects under
the proposed Term Contract will be predominately architectural and
engineering, with associated structural, mechanical and/or electrical
work. The budget assessments may include cost analysis as well as cost
estimating. Respondents must have the ability to provide services for
projects involving demolition and/or hazard abatement. Projects may
involve work in historic buildings. Projects will be in metric. Use of
special consultants may be required (e.g., fire safety, hazard
abatement, historical architect, acoustical and elevator). The proposed
Project Team will have the capability to perform the basic design
disciplines (i.e. architectural, civil, structural, mechanical &
electrical) with in-house personnel; joint venture or firm/consultant
arrangements will be considered and evaluated for demonstrated
interdependency of the members to provide quality services. Services
may include, but will not be limited to: 1. Preparing Prospectus
Development Studies and other studies; 2. Conducting surveys of
existing installations; 3. Preparing reports with recommendations and
cost estimates; 4. Preparing construction documents: Working Drawings,
Specifications and Cost Estimates for all disciplines; 5. Post
Construction Contract Services (PCCS) review of shop drawings, samples
and operating manuals, etc.; 6. Construction Inspection Services
(CIS). The firm awarded this contract will be required to use
Masterspec including the GSA supplement in the most current edition as
obtained from the American Institute of Architects. The GSA version of
the AIA Masterspec is the authorized master guide specification for GSA
Public Building Service. The firm awarded this contract will be
required to purchase the latest update of Masterspec, including those
divisions written specifically for GSA, directly from the American
Institute of Architects (AIA), at the firm's expense The firm awarded
this Contract will be required to submit Drawings and Specification in
electronic form on CD-ROM. Electronic drawing will be in a format
which can be used directly (without conversion) by the GSA standard CAD
software, the current version of AutoCad, operating under MSDOS or
PCDOS. The firm will also be required to submit specifications in the
electronic format, Word for Windows, operating under MSDOS, or PCDOS.
The specification documents must satisfactorily convert both content
and format using only the conversion capability of the Word program. To
assure maximum efficiency of communication, an E-Mail address will be
maintained by the A/E's office. Consideration will be limited to firms
having an existing active design production office located within the
State of New York, the State of New Jersey (Counties of Bergen Essex,
Union, Morris, Passaic, Hudson, Middlesex and Monmouth) Puerto Rico
and the U.S. Virgin Islands. At least one member of any proposed joint
venture or firm/consultant arrangement must have an existing
production office within the geographic limitation. Architect-Engineer
firms must indicate their capability to comply with the area of
consideration required as a part of their response to this
notification. Joint Venture and/or firm/consultant arrangements will be
considered and evaluated based upon a demonstrated interdependency, of
the members capability to provide quality services during the life of
the contract. Submission of a composite Standard Form 255 is required
for this project; Standard Form 254 is required for each prime firm
and each proposed consultant. All offerors must demonstrate capability
to perform all contract services using their existing facilities
located within the geographic limitation. Each firm must have the
capability to concurrently perform the design and engineering work for
at least four GSA Region 2 projects, each having an estimated
construction cost up to $5.0M and also perform at least four PDS's or
other studies and/or projects. Federal Buildings requiring a PDS will
have a minimum construction cost of $25M. Selection will be based upon
the following: I. Capabilities and Experience (40%): A. Prospectus
Development Study(s) & other Study(s); B. Repair & Alteration Project,
range: up to $5M; C. Disciplines: 1. Architectural, 2. Civil, 3.
Structural, 4. Mechanical, 5. Electrical; D. Specialties: 1. Fire &
Life Safety, 2. Security, 3. Seismic, 4. Accessibility, 5. Hazard
Abatement (asbestos, contaminated soil, lead, PCBs, etc.), 6. Cost
Estimating, 7. Historic Preservation, 8.Court Design; E. Post
Construction Contract Services (PCCS); F. Construction Inspection
Services (CIS). II. Performance on Studies & Designs in past 5 years
(30%); A. Number of Studies & Projects; B. Degree of Complexity of
Studies & Projects; C. Proficiency with Government Standards, D.
Ability to meet Schedules and Budgets forStudies & Projects, E. Client
References & Recommendations. III. Management Approach (20%); A.
Planning for this Contract; B. Current Workload; C. Ability to produce
concurrently for GSA up to four Design Projects, range: $0.5M to $3.0M
with up to four PDS or other Studies. IV. Office Facilities (10%); A.
Production Facilities, B. Computer Aided Design (CAD) System & Software
Compatibility w/GSA, C. Specification: Software Compatibility w/GSA.
For projects with an estimated construction cost of $750,000.00 or
less, the Government will use the fixed price amounts provided in the
supplemental Architect/Engineer contract Lookup Table for pricing work
orders. This table will be provided to the A/E during initial contract
negotiations. The resulting contract will also include hourly rates for
anticipated disciplines for use in negotiating fixed price work orders
which do not fall within the range of the Lookup Table. It is the
Government's intent to incorporate the Lookup Table in the contract as
a mandatory pricing provision. However, the Government reserves the
right to award a contract based on negotiated hourly rates only.
Further specifics regarding these requirements will be furnished to the
firm awarded this contract. Following initial screening of
qualifications and performance data, approximately five firms and/or
joint ventures will be short listed for interviews and evaluation prior
to recommendation and approval of the selected A-E. From the
interviewed short-listed firms, selection will be made, the result of
which will be published. This procurement is being issued under the
Small Business Competitiveness Demonstration Program. Consideration
will be given to both large and small business concerns having an
existing active production office located within the Geographic
Limitation referred to above. The size standard for a business concern
under this announcement is a concern, including its affiliates, having
an average annual sales receipt for its preceding three fiscal years
not in excess of $2,500,000.00. In accordance with Public Law 95-507,
the selected A-E will be required to provide maximum practicable
opportunities for Small Business Concerns and Small Disadvantaged
Business Concerns owned and controlled by socially and economically
disadvantaged individuals to participate as subcontractors in the
performance of this contract. As part of its commitment to
socioeconomic initiatives of the Federal Government, the General
Services Administration has established subcontracting goals of 36
percent for small business, 5.20 percent for small disadvantaged
business, and 1.50 percent for women-owned business. In support of the
agency efforts, firms seeking consideration for this contract should
provide maximum practicable opportunities for small, small
disadvantaged, and women-owned business. The use of consultants shown
on submitted SF255's will be reflected in a Small Business and Small
Disadvantaged Business Subcontracting plan included in the contract.
Firms must also provide a briefwritten narrative of outreach efforts
made to utilize small, small disadvantaged, and women-owned business.
The narrative shall not exceed one typewritten page. An acceptable
subcontracting plan must be agreed to before contract award. (Small
businesses are not subject to this requirement.) Scope of services and
draft contract will be furnished to all firms being interviewed. The
A-E selected will be required to furnish to the Contracting Officer
preliminary salary rates and overhead rate(s) within 14 calendar days
of selection notification. Architect-Engineer firms having the
capability for proposed work, in order to be considered, must submit
all required Standard Forms 254 and 255 no later than 4:30P.M., local
time on July 15, 1997. Any submissions received after 4:30P.M., local
time on July 15, 1997, will not be accepted. Firms and/or consultants
shall submit a current SF254 and SF255 (Rev. 11/92). These forms shall
be mailed to General Services Administration, Business Service Center,
26 Federal Plaza, Room 18-100, New York, NY 10278. Submissions shall be
placed in a sealed envelope identified and appropriately marked as
follows: Solicitation NO.: GS-02P-97-DTD-0205(N), Supplemental A/E
Services for Architectural -- Engineering for Planning, Design, and A/E
Studies including building evaluation of public buildings in New York,
New Jersey (Counties of Bergen Essex, Union, Morris, Passaic, Hudson,
Middlesex and Monmouth), Puerto Rico and the U.S. Virgin Islands.
Closing Date: July 15, 1997. Closing Time: 4:30 P.M. No submissions
(SF254/255) should be delivered to the issuing office. This is not an
RFP. (0163) Loren Data Corp. http://www.ld.com (SYN# 0025 19970616\C-0013.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|