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