|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1998 PSA#2163General Service Administration (7PMCC), Property Management Division,
819 Taylor St., Rm. 12A29, Fort Worth, TX 76102-6105 C -- SUPPLEMENTAL A/E SERVICES FOR (SOUTH) TEXAS SOL
GS-07P-98-HUD-0082 POC Debbie Loftin, Contracting Officer, 817/978-7012
E-MAIL: Click here to contact C.O. via e-mail, debbie.loftin@gsa.gov.
SIC Code 8712. Indefinite Quantity Contract for A/E Services for a
period of one base year and four 1-year options periods, with an
anticipated effective date of 05/15/99. The contract will be for work
in the state of Oklahoma, but may also include work on an occasional
basis, anywhere within Texas, Louisiana, New Mexico, or Arkansas.
Delivery orders may be issued by other agencies in other parts of the
nation. Projects, while there will be no limit on size, will generally
involve repairs, alterations, and improvements in connection with
existing buildings or properties, and will generally range in size from
$25,000, to $1.89 million in estimated construction cost, with the
average project ECCA at approximately $300,000. There will be no limit
to the amount paid on individual delivery orders and no limit on
project size; however, the total cumulative delivery order amount shall
not exceed $2 to 3 million in any 1-year contract period. The firm
selected will primarily provide design, construction management and
inspection, and estimating services, but may also be required to
provide scope development, planning, interior design, environmental
studies, technical studies, feasibility studies, problem analysis,
design review, consulting/design/construction management for elevator
work, geotechnical testing, quality control testing, asbestos and lead
paint sampling/hazard assessment/abatement design/air quality
monitoring, boundary and topographical surveying, historic structure
reports, building evaluation reports, and other architectural,
engineering and technical services. In the event that there are
professional service contracts currently in effect in the same
geographical area at the same time this contract becomes effective,
priority will be given to that contract. Firms responding to this
announcement must demonstrate the capability to provide complete
services with regard to asbestos-related work. The Government will not
indemnify the firm against liability involving asbestos or other
hazardous materials; that is, no clause holding the firm harmless will
be included in the contract. To be considered for selection, firms
must have capability to prepare and submit all drawings under this
contract using AutoCAD, release-14 and prepare all specifications for
projects using the AIA Masterspec in MS Word. Evaluation factors for
the selection of the firm are as follow: (1) Experience (25%) of the
firm, and consultants, with regard to providing the types of services
described above, and with regard to accomplishment of past projects
involving repair and alteration work; (2) Technical Ability (25%) as it
relates to Professional qualifications, expertise and educational level
of individuals employed by the firm, and consultants, who will be
directly involved in providing the required services as described
above, and their philosophy concerning the design of repair and
alteration work; (3) Management/ Organization/Production/Quality
Control (25%) regarding capability and successful past performance of
the firm and consultants with respect to mobilizing, producing a high
quality design, maintaining good working relations, working with small
repair and alteration projects, meeting schedules, providing accurate
cost estimates, and tracking and controlling costs; (4) Management and
Inspection Capability (25%) concerning experience and competence of the
firm and consultants with respect to complete management and inspection
of services and projects, of the type described above, during the
construction phase. Firms, when responding to this announcement, should
address their capability with regard to each of the evaluation factors
listed above as the top rated firms recommended for interview will be
selected solely on their written response to this announcement. See
Note 24. Selected firm must negotiate overhead rates and profit margins
and hourly rates for anticipated disciplines for use in negotiating
contract costs. Consideration will be limited to firms or joint
ventures having an active design production office in operationat the
time of this announcement, within the state of Oklahoma. This
procurement is being made on an unrestricted basis under the Small
Business Competitiveness Demonstration Program. Offerors, other than
small businesses, must submit an acceptable subcontracting plan prior
to award IAW FAR 19.702. SF 254's & 255's must be rec'd NLT 3:30 p.m.,
local time, on the 30th calendar day after publication of this notice.
Late submittals will be handled IAW FAR 52.215-10. Transmissions of SF
254's and 255's are authorized to be sent via e-mail, or by telefax to
817/978-6155. This is not an RFP. Posted 08/18/98 (W-SN238347). (0230) Loren Data Corp. http://www.ld.com (SYN# 0019 19980820\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|