Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 16,1997 PSA#1867

General 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