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