Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1999 PSA#2359

Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn Station, Arlington, VA 22219-0244

C -- ARCHITECT/ENGINEERING SERVICES FOR DOMESTIC RENOVATION PROJECTS SOL S-FBOAD-99-R-0056 DUE 070599 POC Contact Brian Mulcahy, 703/875-6274/Contract Specialist, Patricia Regalo-Warren, 703/875-6282/Contracting Officer The Department of State (DOS), Office of Logistics Management, on behalf of the Office of Real Property Management, anticipates awarding up to five indefinite quantity/indefinite delivery contracts to qualified firms or teams to provide architectural and engineering services for renovation projects at various locations in the United States. Most projects will be in the Washington, DC metropolitan area, with limited work at other Department of State facilities nationwide (e.g. U.S. Passport Agencies). One of the contracts will be set aside for small businesses. The small business size standard is $4.0 million or less based on the annual average gross revenue of a firm which has been in business for three or more complete fiscal years. The SIC code for this project is 8712. Large business firms responding to this solicitation may be required to submit a small business subcontracting plan. The DOS's subcontracting goals are: small business 40%; small disadvantaged business 5%; and small women-owned business 5%. Each contract will be for a one-year period from the date of contract award with four one-year option periods. The Government guarantees a minimum of $5,000.00 for the base year and each option year. The total amount of orders issued under the contract shall not exceed $750,000 per year. The amount of each task order shall range between $10,000.00-$150,000.00. The scope of work includes, but is not limited to: facilities analyses; data collection; mechanical, electrical, and structural surveys; space situation summaries; space requirements reports; performance specifications and budgets; block and stack plans; space plans/layouts; interior design; design; construction drawings and specifications; construction review and punch lists; furniture review and punch lists; and system upgrade and replacement projects. Professional services include the following disciplines: 1) architectural, including space planning and interior design; facilities programmer; electrical; mechanical; structural; civil; cost estimating and planning; value engineering; other specialties when needed; 2) administrative and technical coordination of the various disciplines involved; and 3) working within the U.S. Government's requirements, the applicable laws, codes, and standards at the project sites. Projects shall be designed in metric units. Construction documents shall be submitted with AutoCAD R 14 files in Department of State format for each submission. The successful offeror(s), including entities which comprise joint ventures, must possess or be capable of obtaining Secret facility security clearances issued in accordance with the National Industrial Security Program Operational Manual (DOD 5220.22-M), prior to performance of any contracts which require access to, possession of, or generation of classified drawings, or access to areas where classified information cannot be precluded. Safeguarding capability for Secret classified information will also be required. Specifically designated contractor personnel assigned to the contract(s) must possess Secret personnel security clearances issued by the Defense Security Service. The offeror's facility location shall not exceed a 50 road-mile radius from the Department of State main building located at 2201 C Street, Washington, DC 20520. If the offeror's site does not comply with this requirement, the offeror will not be given further consideration for contract award. Firms/teams responding to this announcement on or before the closing date will be considered for selection using the following evaluation criteria (100 pts. maximum): (a) Professional qualifications necessary for satisfactory performance 25 pts. (b) Specialized experience and technical competence in facility rehabilitation and system replacement projects involving multiple disciplines, e.g. architectural, mechanical, civil/geotechnical, structural, and electrical in office buildings and other support facilities. Provide back-up data for a maximum of five recent projects, and the dates completed, which would demonstrate examples of creative solutions in facility rehabilitation, including such things as adaptive reuse, sustainable design, energy conservation, pollution prevention, waste reduction, the use of recovered materials, and accommodating organizational and technical change 25 pts. (c) Demonstrate experience in providing and coordinating a multi-discipline effort either in house or with consultants. If using consultants, must demonstrate that they have worked successfully as a team in providing similar services by providing information for a maximum of five recent projects, and the dates completed, performed by the team. Submit a management plan. Explain how you propose to manage and coordinate Department of State projects 20 pts. (d) Previous records of performing work on schedule and of effective cost and quality control. Briefly describe internal quality assurance and cost control procedures and indicate effectiveness by listing the planned and actual design duration, client's construction budget, design construction estimate, construction award amount, and construction change order rate in tabular form for five recent projects. For each project identified in the responses to evaluation criteria, provide the name, address, and current telephone number of a client representative and identify which members of the proposed design team participated in the project. Although previous or ongoing performance of a similar U.S. Government contract is not a requirement for firms responding to this solicitation, if such contracts have been performed, the offeror must have performed at a satisfactory level at a minimum 20 pts. (e) Previous experience with Federal agencies and understanding of GSA and other Federal Property Regulations 10 pts. The statements must address each of the evaluation factors under separate headings. A/E firms that meet the requirements of this solicitation are invited to submit two copies of Standard Form 254, Architectural/Engineer and Related Services questionnaire and two copies of StandardForm 255, Architect/Engineer and Related Services questionnaire for specific projects. All submittals must be received by 2:00 p.m. local time on July 5, 1999. Postal Mailing address: U.S. Department of State, Attn: Brian Mulcahy, A/LM/AQM/RAD, Room L-600, P.O. Box 12248 Rosslyn Station, Arlington, VA 22219. Courier address: U.S. Department of State, Attn: Brian Mulcahy, A/LM/AQM/RAD, Room L-600, 1701 North Fort Myer Drive (17th St. Entrance), Arlington, VA 22209.***** Posted 06/01/99 (W-SN337618). (0152)

Loren Data Corp. http://www.ld.com (SYN# 0021 19990603\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page