Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 8,1998 PSA#2111

General Services Administration, PBS, Federal Center Prop. Mgmt. Ctr., 26 Federal Plaza, Rm 16-124, New York, NY 10278

C -- ARCHITECT ENGINEER SERVICE -- ELEVATOR/ESCALATOR SOL GS-02P-98-PLD-0029 DUE 070998 POC A. Greer, Contracting Officer (212) 264-1983 Supplemental architect-engineer services on an as needed basis for a term of one year under a firm, fixed price, indefinite delivery contract for elevator and escalator projects located primarily in the state of New York and Northern Jersey, Counties of Bergen, Essex, Union, Morris, Passaic, Hudson, Middlesex, and Monmouth; however, projects may be performed throughout all of Region 2 including Puerto Rico and the U.S. Virgin Islands. Services may include, but are not limited to: Inspecting and evaluating existing equipment; conducting site and feasibility surveys and investigations; planning and program studies; preparation of construction contract drawings, specifications and cost estimates, review of shop drawings, samples and equipment; construction inspection. The performance of these services will primarily require expertise related to elevator and escalator repairs, alterations and new installations, including associated architectural, structural, mechanical, fire & life safety and estimating disciplines. The A-E MUST be able to provide services for project in buildings having fireproofing or other materials which contain asbestos including the preparation of contract documents for removal of asbestos containing materials. Some projects may involve work in historic buildings. Contracting for and coordination of the services of specialty consultants may be required (eg. acoustical, asbestos, civil, geotechnical & historic preservation), however, the respondents shall the ability to perform the basic architectural and engineering functions (elevator/escalator, architectural, structural, mechanical, electrical, fire & life safety and cost estimating) with in-house personnel. The contract will contain four, unilateral, one-year renewal options. The total aggregate maximum order limitation shall not exceed $750,000.00 during the base period or any option year. The resulting contract will include hourly rates for anticipated disciplines for use in negotiating fixed price work orders. The selected firm will be required to prepare specifications in accordance with the latest update of masterspec, prepared by the American Institute of Architects (AIA), including those divisions written for GSA. Also, the selected firm must have the ability to complete projects and prepare all reports, drawings, specifications and estimates in metric units or non-metric units. All drawings should follow the GSA National CAD/CIFM Deliverable Policy Requirements, prepared in August 1997. Computer Aided Design (CAD) shall be used to prepare all project drawings. Drawings shall be in a format that can be directly used by GSA's standard CAD software, AutoCAD Release 13 or later, operating under the latest available version of Windows NT (Not DOS). The Contracting Officer must approve all versions prior to submissions. Firms shall describe their office automation systems and ability to meet these requirements in their response to this notification. Selection shall be based upon the following criteria listed in descending order of importance: I. TECHNICAL CAPABILITIES AND EXPERIENCE A. Capabilities and experience of key technical disciplines: 1. Elevator and escalator engineers, 2. Fire and life safety engineers. B. Capabilities and experience of other technical disciplines: 1. HVAC Engineers 2. Electrical Engineers 3. Architects 4. Structural Engineers 5. Estimators. C. Capabilities and experience in designing and inspecting system modernization projects in existing facilities. D. Capabilities and experience in designing and inspecting projects in historically significant facilities and/or facilities containing hazardous construction materials, i.e.- asbestos and lead. E. Knowledge of U.S. Government and national standards, and state and local codes. II PAST PERFORMANCE ON SIMILAR PROJECTS A. Client recommendations. B. Quantity and complexity of projects. C. Ability to meet schedules and budgets. D. Knowledge of geographic locality as stated above. III MANAGEMENT CAPABILITIES, EXPERIENCE AND APPROACH A. Capabilities and experience of management personnel assigned to this contract. B. Role and authority of management personnel. C. Preparation for this contract. D. Ability to simultaneously perform the work for at least four projects. IV OFFICE FACILITIES A. Production equipment and facilities. B. Computer aided design system. C. Word processing system. Consideration will be limited to firms having and existing active design production office located within the State of New York and Northern New Jersey, Counties of Bergen, Essex, Union, Morris, Passaic, Hudson, Middlesex and Monmouth. The selected A-E firm and/or at least one member of a joint venture must have an existing active production office within the geographic limitation referred to above. 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, for a minimum period of five years, of the members capability to provide quality services during the life of the contract. A Standard Form 255 is required for this project and a Standard Form 254 shall be required for each firm and/or consultant. Following initial screening of qualifications and performance data, approximately six 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. In accordance with Public Law 95-507, the selected A-E will be required to provide maximum practicable opportunities for Small Business Concerns, Small Disadvantaged Business Concerns and Small Woman Owned Business Concerns. Prior to award of a contract the A/E (if not a Small Business) will be required to negotiate a Small, Small Disadvantaged and Small Woman Owned Business Subcontracting plan. Contract award will be contingent upon negotiation of an acceptable subcontracting Plan. This procurement is being made under the Small Business Competitive 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. 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 not later than 4:30 P.M., local time on July 9th, 1998. Any submissions received after 4:30 local time on July 9th, 1998, will not be accepted. Firms and/or consultants shall submit a current SF254 and SF 255 (Rev. 11/92). OFFERORS SHALL SUBMIT ONE (1) ORIGINAL WITH THREE (3) COPIES. These forms shall be mailed to the General Services Administration, Program Support Division, 26 Federal Plaza, Room 18-130, New York, New York 10278. Submissions shall be placed in a sealed envelope identified and appropriately marked as follows: Solicitation No. GS-02P-98-CUD-0029(N). Supplemental A-E Design Services for Elevator and Escalator Projects, located in the State of New York and Northern New Jersey, Counties of Bergen, Essex, Union, Morris, Passaic, Hudson, Middlesex and Monmouth. Closing Date: July 9th, 1998, Closing Time: 4:30 P.M. No submission (SF254/255) should be delivered to the issuing office. This is not an RFP. Offerors must submit one (1) original with three (3) copies. (0155)

Loren Data Corp. http://www.ld.com (SYN# 0026 19980608\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page