|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2,1998 PSA#2023General Services Administration, Technical Support Branch West, 1500
East Bannister Road, Kansas City, MO 64131-3088 C -- MULTIPLE AWARD SUPPLEMENTAL A-E CONTRACT FOR STATES OF MISSOURI,
KANSAS, NEBRASKA, AND IOWA SOL GS06P98GYD0018 DUE 031698 POC Contract
Specialist, Peggy S. Jewett, (816) 823-2266, Contracting Officer(s),
Mitchell Akers (816-823-2275), Peggy Jewett (816-823-2266) MULTIPLE
AWARD SUPPLEMENTAL A/E CONTRACT FOR SOLICITATION GS06P98GYD0018, DUE
March 16, 1998. POC Contact, William F. Greene, III, 816/823-2260, or
Cy Houston, 816/823-2252, Contracting Officer(s): Peggy Jewett,
816/823-2266 or Mitchell Akers, 816/823-2275. Multiple Award
Supplemental A/E Services for the states of Missouri, Kansas, Nebraska,
and Iowa. Indefinite Delivery/Indefinite Quantity contract for A/E
services for a period of one (1) year with four additional 1- year
option periods. The Government intends to award up to six (6)
supplemental A/E contracts from this solicitation. Each contract will
cover all four states, but will have a primary geographical area. Firms
will receive work within their primary area and may also receive work
in other parts of the four state region. The primary geographical areas
are as follows: 1) Kansas City area: includes the Kansas City
metropolitan area, the city of Columbia, Missouri, and the portion of
the state of Missouri west of Columbia, and the entire stateof Kansas,
2) St. Louis area: includes the St. Louis metropolitan area and the
portion of the state of Missouri east of the city of Columbia,
Missouri, 3) Lincoln/Omaha area: includes the entire state of Nebraska
and the cities of Council Bluffs, Iowa and Sioux City, Iowa, 4) Des
Moines area: the entire state of Iowa, excluding the cities of Council
Bluffs, Iowa and Sioux City, Iowa. A maximum of two firms/joint
ventures may be selected for each of the Kansas City and St. Louis
primary areas. One firm/joint venture will be selected for each of the
Lincoln/Omaha and Des Moines primary areas. Each offeror shall clearly
indicate the primary area(s) for which it wishes to be considered. A
firm/joint venture may be considered for multiple primary areas,
provided it meets the minimum requirements in each area as stated in
this solicitation. Separate submission packages shall be provided for
each primary area. The major function of this contract will be the
preparation of construction documents for repair and alteration
projects in occupied, federally owned or leased office buildings.
Typical projects may include repair, improvement, and remodeling of
building interior space, building systems and features, including but
not limited to: interior and exterior finishes, mechanical, plumbing,
electrical, structural, firesafety, environmental, elevator / escalator
and roofing components/systems. Services to be provided include, but
are not limited to: architectural, mechanical, electrical, civil,
structural, and cost estimating. Other related services to be provided
include: assisting GSA staff engaged in in-house design, scope
development, shop drawing review, planning, interior design, design
review, construction management and inspection, commissioning, elevator
evaluation/design, database creation and management, implementation and
maintenance of computer aided facility management systems and various
technical studies including, but not limited to: Building Engineering
Reports (BER), Historic Building Preservation Plans(HBPP), Prospectus
Development Studies (PDS), seismic and structural evaluations, energy
studies for design of energy upgrades, fire safety reviews/studies,
handicapped accessibility (ADA/UFAS) reviews and roof evaluations.
Services may also include: acoustics, security, Courts design,
geotechnical testing, surveying (boundary and topographical), quality
control testing, asbestos sampling, air monitoring, quality checks,
hazard assessment, abatement design, preparation of environmental
impact assessments, as well as, identification of acceptable design
based solutions available for regulated items such as asbestos, PCBs,
CFCs, radon, lead-based paint and underground storage tanks, and other
various types of testing, monitoring, and quality checks as required
to support services provided under this contract. The minimum contract
amount to be awarded in the initial contract period (1- year) will be
$5,000 per firm/joint venture and a minimum of $5,000 per firm/joint
venture for each of the exercised option periods. The maximum amount
payable under each contract shall not exceed $1,000,000 per year or any
exercised option period. Joint venture or firm/consultant arrangements
will be considered and evaluated on a demonstrated interdependence of
the members to provide a quality design effort. To be considered under
this solicitation, firms/joint ventures must meet and show conformance
to the following minimum requirements: 1) Architectural, mechanical,
and electrical design office(s) must be located within the primary
service area for which the firm is requesting consideration. The design
office(s) must be in operation at the time of this solicitation. 2)
Services shall be provided under the direction of an Architect or
Engineer currently licensed in the area for which the firm/joint
venture is applying. All plans, specifications, drawings or reports
submitted under this contract will require the personal seal of the
Architect or Engineer. 3) Demonstrate the capability to design projects
in both English and metric. 4) Demonstrate the ability to comply with
the following requirements: Drawings shall be created and submitted in
native AutoCAD release 14 format. Drawings created in other CAD
programs and then translated into AutoCAD are not acceptable.
Specifications, reports, databases, and similar items shall be
submitted in native MSOffice 95 format. The firm/joint venture shall
update software versions at their own expense at the request of the
Government. Selection of firm/joint venture(s) will be based on the
following evaluation factors, which are listed in descending order of
importance: (1) Project Team: qualifications of firm(s) and relevant
work experience as individuals and as a team; (2) Design Management:
management plan, scheduling, cost control methods, and production
capabilities; (3) Design Ability: evidence of firms ability to provide
innovative design solutions, and efficient designs; (4) Past
performance: evidence of cost control, quality of work and compliance
with performance schedules on similar projects; (5) Specialized design
experience involving asbestos and toxic material abatement, fire
safety, elevator, seismic, metric; energy studies, roof consulting
capabilities, and building code review; (6) Construction
Administration: experience and capability in managing and inspecting
construction. For projects with an estimated construction cost of
$2,000,000 or less, the Government will use the fixed price amounts
provided in the Supplemental Architect-Engineer Contract Lookup Table
for pricing design work orders over the life of the contract. The
Lookup Table shall be incorporated as a mandatory pricing provision.
However, the Government may award an individual work order based on
level of effort and negotiated hourly rates for other services not
provided for under the Lookup Table. When responding to this
announcement, offerors should fully address their capability with
regard to each of the above stated minimum requirements and evaluation
factors. The top ranked firms will be recommended for interviews based
on their written response to this announcement. This procurement is not
set-aside for small business concerns. In accordance with 15 USC 631
Et. Seq., the A-E will be required to provide the maximum practical
opportunities for Small Business concerns and Small Business concerns
owned and controlled by socially and economically disadvantaged
individuals to participate as subcontractors in the performance of the
contract. To be considered, responses to this notice must be delivered
NLT 3:00 PM, local time, March 17, 1998 to the General Services
Administration, Business Service Center (6ADB), Room 1161, 1500 East
Bannister Road, Kansas City, Missouri, 64131-3088. Firms wishing to be
considered must submit completed SF-254(s) and SF-255(s) and other
pertinent information as required above. A follow-up announcement shall
be placed in this publication containing the list of the firms
considered to be the most highly qualified. Firms desiring
consideration shall submit appropriate data as described in Notes 24and
25. This is not a request for fee proposal. 4 (0029) Loren Data Corp. http://www.ld.com (SYN# 0019 19980202\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|