Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1999 PSA#2434

General Services Administration, Public Buildings Service (PBS), Potomac Service Delivery Team (WPG), 7th & D Streets, SW, Room 6901, Washington, DC, 20407

C -- SUPPLEMENTAL ARCHITECT-ENGINEER (A-E) CONTRACT FOR CRITERIA DEVELOPMENT SERVICES SOL GS11P99MAD0565 DUE 102099 POC Ronald Noll, Contracting Officer, Phone (202) 708-9770, Fax (202) 260-6388, Email ronald.noll@gsa.gov -- Ronald Noll, Contracting Officer, Phone (202) 708-9770, Fax (202) 260-6388, Email ronald.noll@gsa.gov WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=GS11P99MAD056 5&LocID=302. E-MAIL: Ronald Noll, ronald.noll@gsa.gov. Supplemental Architect-Engineer (A-E) Contract for Criteria Development Services for the General Services Administration (GSA), Public Buildings Service (PBS), Office of the Chief Architect, Washington, DC. This procurement will establish an Indefinite Quantity Indefinite Delivery (IDIQ) Contract to provide professional A-E and related services for projects that include but are not necessarily limited to the following: Developing specific building or system type criteria; Conceptual design and estimates for planning; Evaluating building or systems for criteria purposes (post occupancy evaluations); Studies (cost benchmark studies, etc.); and Reports on impacts to building standards of changes to Federal safety, environmental and energy policy, sustainable design, green buildings, and changes to model building codes. All standards will be done in the System International (SI) metric system of measurement. The Government has determined the following disciplines and/or consultants to be required: Architectural, Space Planning, Site and Landscape Design, Structural (including seismic expertise in UBC Zone 4), Mechanical, Electrical, Fire Protection and Life Safety, Elevators, and Cost Management. Specialists in the following areas are required: Technical Editing, Graphic Designing, Video-graphing, CD ROM preparation, CADD operation, and Desktop Publishing. Unique technical specialists who may be required for supplemental expertise include but are not necessarily limited to the following: Security, Seismic Safety, Energy Conservation, Passive Solar Design, Environmental Design, Building Automation, Geotechnical Engineering, Historic Preservation, Occupant Productivity, Acoustic Quality, Industrial Hygiene and Indoor Air Quality. One A-E contract may be awarded. All services will be procured through the issuance of individual Work/Delivery Orders, each defined by a separate scope of work. Multiple work orders may be issued simultaneously. The term of the contract(s) shall be for a one (1) Base Year Period, followed by four (4) one-year Option Periods, not to exceed $1,500,000 for each Period, for an aggregate dollar value of $7,500,000. Consideration for this contract will be within the National Capital Region, MD and VA. The Evaluation Criteria for final selection are as follows: I. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (40%) A. Compatibility of the team_s previous experience to the type of work required herein, (20) B. Does the responsible firm provide a well organized, accurate and fully coordinated criteria and/or development standards? (10); C. Does the proposed team members have experience with Metric system. (5) D. Does the proposed team members have experience with the specific technical and unique specialties. (5) II. CAPABILITIES OF FIRM (40%) A. Does the location of team design and production offices proposed for this project, have sufficiency of staff and technical resources available, not committed to other contracts, to undertake this project? (10) B. Does the firm have the required organization and leadership to be responsive to the project requirements and possess the ability to coordinate the team work among different offices? (10) C. Does the team have background in incorporating current technology systems into facilities, such as, architectural, civil, structural, mechanical, electrical, interior, exhibit, space planning, historic preservation, fire protection and life safety, hazardous materials, security, communications, lighting, acoustics, elevators, roofing, landscaping, cost estimating and benchmarking, sustainable design, green buildings, and energy and environmental policies? (10) D. Does the firm demonstrate a pro-active effort to achieve the stated subcontracting goals with respect to the level of small, small disadvantaged, and small women-owned business concern participation in the performance of the contract? (10) III. PROFESSIONAL QUALIFICATIONS (10%) A. Does the proposed team commit the relevant key individuals with the professional qualifications necessary for this project? (5) B. Does the proposed team commit the relevant key individuals with the experience necessary for this project? (5) IV. PAST PERFORMANCE (10%) A. Based on the project examples, is the team responsive to the client_s needs and does the team comply with performance schedules? (5) B. Do the project examples submitted by the team indicate effective cost control and an in-place Quality Control Program? (5) Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting completed SF-254_s (for firm, joint ventures, and consultants), which must be dated not more than twelve (12) months before the date of this synopsis, and a (ONE COPY) SF-255 along with letter of interest to: General Services Administration, NCR, 7th and D Streets, SW, Bid Room 1065, Washington, DC 20407, by 3:30 PM local time on the due date of this notice. The following information MUST be on the outside of the sealed envelope 1) Solicitation Number/Title, 2) Due Date, 3) Closing Time. Late responses are subject to FAR Provision 52.214-7. In Block 8 of the SF-254 specify only current W-2 payroll (non-contract) personnel of each firm. In Block 6 of the SF-255 in addition to the addresses, please list the business size status of all consulting firms (i.e. LB, SB, SDB, SWOB). In Block 10 of the SF-255, the A-E Design Firm MUST respond to the STAGE II EVALUATION CRITERIA (I, II, III, IV) stated above. In BLOCK 11 of the SF-255, the A-E Firm MUST sign, name, title and date the submittal. At the interviews the A-E Design Firm shall be prepared to discuss all aspects of the Evaluation Criteria indicated above and to demonstrate the ability to fulfill all project requirements. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 19.10). Before award of the contract, the A-E (if not a small Business of $4,000,000 gross average over three years for SIC 8711/8712) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. Small, small disadvantaged and small women-owned firms are strongly encouraged to participate as consultants. Large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small, small disadvantaged and small woman-owned firms as part of their original submitted Teams. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration, Public Buildings Service has established for fiscal 2000 subcontracting goals of 37% for small businesses, 12% for small disadvantaged businesses and 5% for small women-owned businesses. Award of this contract is contingent upon funding approval. Contract procured under the Brooks Act and FAR 36. This is not a Request for Proposal. Posted 09/15/99 (D-SN380678). (0258)

Loren Data Corp. http://www.ld.com (SYN# 0012 19990917\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page