|
COMMERCE BUSINESS DAILY ISSUE OF MAY 3,2000 PSA#2592General Services Administration, Public Buildings Service (PBS),
Chesapeake Realty Services District (3PC), The Wanamaker Building, 100
Penn Square East, Philadelphia, PA, 19107-3396 C -- C -- FULL ARCHITECTURAL/ENGINEERING DESIGN SERVICES FOR
SUPPLEMENTAL TERM CONTRACT FOR U.S. COURTS AND U.S. MARSHAL SERVICE
FACILITIES PROJECTS. SOL GS-03P-00-DXD-0016 DUE 051800 POC Theresa
Weikel, Contracting Officer, Phone (215) 656-6142, Fax (215) 656-5839,
Email theresa.weikel@gsa.gov WEB: Visit this URL for the latest
information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=GS-03P-00-DXD-0016&LocID=55. E-MAIL: Theresa Weikel, theresa.weikel@gsa.gov.
C -- Full Architectural-Engineering design services for Supplemental
term contract for U.S. Courts and U.S. Marshal Facilities projects
throughout the Commonwealths of Pennsylvania and Virginia and the
states of Maryland, Delaware, West Virginia and the Southern counties
of New Jersey from Trenton south. Projects will involve Repair &
Alterations, Renovations and modernization of federal facilities and
required Architectural, Mechanical, Electrical, Fire protection,
Security and Interior design with sensitivity towards historic
buildings. THE A/E OF RECORD HAS UP TO 45 CALENDAR DAYS AFTER AWARD OF
THE CONTRACT TO ESTABLISH A PRODUCTION CAPABILITY WITHIN THE GENERAL
GEOGRAPHIC AREA. GSA will consider only prime firms capable of
providing at least 50% overall design services in-house from an
existing office in the Commonwealths of Virginia and Pennsylvania, the
states of Maryland, Delaware, West Virginia and the 13 Southern
counties of New Jersey (from Trenton south), and the District of
Columbia. Additionally, major consultants (MEP, structural, fire
protection) must have existing offices within the geographical area
defined for the prime contractor. GSA is committed to excellence in
design. Projects under this contract are for repair and alteration work
in federal facilities and generally will be for projects up to $5
million in construction costs. Most projects will also involve occupied
buildings, many of which are historically significant. The scope of
architectural and engineering services under this proposed contract
include, but are not limited to the following: programming; pre-design;
the preparation of feasibility studies; site investigation; complete
design services (space planning, interior design, architectural,
mechanical, electrical, structural, fire protection, vertical
transportation, security, and code compliance); procurement support;
post-construction-award services; and other related supplemental
services if so requested by the Government. Hazardous materials such as
incidental asbestos and lead may be encountered in some existing
facilities. The A-E's Industrial Hygienist will be required to identify
and quantify the types and locations of hazardous materials that will
be abated during construction. Furthermore, knowledge of airborne
pathogen concerns is required. Certain projects may be designed and
constructed in metric, System International (SI) units in accordance
with Public Law 100-576, the Omnibus Trade & Competitiveness Act of
1988, the Metric Conversion Act, and Executive Order 12770. A/E firms
should be prepared to demonstrate proficiency in metric design. GSA CAD
Deliverables Policy will be incorporated as requirements of the awarded
contract. Detailed CAD Deliverable Policy may be accessed on the
Internet at http://www.pbs3.gsa.gov. (Select Vendor Information and
choose the link to the CAD Policy.) All drawings shall be prepared in
AutoCAD Release 14.01 or most recent version for Windows 95, and shall
be .DWG files. Word Processor documents shall be MicrosoftWord 6 or
Microsoft Word 7 (also known as Microsoft Word 95) files. Macros may be
included with these documents provided they are not write-protected and
their function is explained next to the code. Spreadsheet documents
shall be Microsoft Excel 5 or Microsoft Excel 7 (also known as
Microsoft Excel 95) files. Graphics may be submitted .JPG or .GIF file
format only. Project Management documents shall be Microsoft Project
4.0 or Microsoft Project 4.1 (also known as Microsoft Project for
Windows 95) files. Project files shall be saved with a baseline.
Contractor agrees that all CAD, AutoCAD drawings and related files,
photographs, drawings, renderings, blueprints, specifications and/or
other materials generated for use by contractor on the project, whether
in machine readable form or not, shall belong at all times to the
General Services Administration (GSA) and/or government and will be
delivered to GSA at the times specified and within the schedules
contained in the Agreement or at the termination of the Agreement,
whichever occurs first. All U.S. Courthouse documents/files will be
annotated as "Limited Official Use" and must be handled in such a
manner. The qualifications-based evaluation criteria to be applied in
the selection process in the order of importance are as follows: 1)
Professional Qualification and Design Ability: Teams will be evaluated
on the basis of individual members' education, professional
certification or licensure, and experience. There should be
demonstrated familiarity with Repair and Alteration projects of similar
size and scope in occupied buildings. Critical factors for the team
include prior experience, types and numbers of personnel in desired
disciplines, experience of team members including length of service
with the firm. The team shall include professional licensed individuals
in all disciplines, including Fire Protection. Provide information on
consultants such as: work in historic building, energy conservation,
fire protection, hazardous material abatement, elevators, cost
management, etc. 2) Relevance of Past Projects and Experience: The firm
will provide, on the SF 255 item #8, a detailed narrative of up to 10
relevant projects. List projects that demonstrate firm's experience
with projects of similar size and scope. 3) Organization and
Management: Capability of team organization and ability to control
budgets, project scheduling, and quality assurance. Ability to handle
projects with multiple end-users and complex requirements. Extent of
A/E'S previous experience with proposed consultants and demonstrated
ability to manage effectively the prime-consultant relationship. 4)
Demonstrated ability to work with Government entities, design
standards, and procedures (nonmilitary): Previous working experience
with U.S Courts and U.S. Marshal and GSA is preferred. Extra credit
points will be given for involvement of minority-owned and women-owned
firms. The estimated early contract start date is September, 2000
[Base Year plus four (4) one-year options]. The contract work shall be
performed with the issuance of work orders. The contract will include
hourly rates for anticipated disciplines at various levels for use in
negotiating fixed price work orders. It is the Government's intent to
incorporate the Look-Up Tables into the contract as mandatory payment
provision. However, the Government reserves the right to award a
contract based on the negotiated hourly rates only. The estimated
maximum amount to be expended under the contract shall not exceed
$750,000 in fees per year. The total value of work orders placed
against the contract for any year may be exceeded by the contracting
officer by up to 50% of the cumulative fee of $750,000.00 per year or
$1,125,000.00. Firms meeting the geographical limitation and having the
capability to perform the services described herein are invited to
respond by submitting two (2) completed Standard Forms 254 and 255
11/92 edition along with a letter of interest (identifying this
announcement by solicitation number) to the following office no later
than May 18, 2000, at 4:30 p.m.: GSA, Mid-Atlantic Region, Chesapeake
Realty Services District, Tidewater Services Group (3PCT), The
Wanamaker Building, Room 614, 100 Penn Square East, Philadelphia, PA
19107-3396 ATTN: Mrs. Theresa Weikel. Please reference the solicitation
number on the outer envelope. Special attention should be given to the
following areas on the SF 255: Item 7 -- list only the team members
including staff professionals who will actually perform the major tasks
under this contract. Item 8 -- list up to 10 projects, "not 10 projects
for each firm or consultants". Indicate which firms participated in
each of the projects. Include only relevant projects of similar size
and scope to those to be performed under this contract. Item 8b -- give
a synopsis of the scope of work for each project, stating clearly what
tasks were performed by the prime firm. Item 9c -- give a point of
contact and telephone number for each project. Item 10 -- in a
narrative form, outline firm's approach to design, design reviews,
quality control and project management. Include any additional
information regarding the firm's qualifications to perform work similar
in scope and size to this project. The last entry under item 10 must
read: "I hereby certify that the firm listed under item 1 meets the
geographical limitations stated in the CBD announcement for this
contract. This solicitation is being issued on an unrestricted basis in
accordance with the Small Business Competitiveness Demonstration
Program. SIC Codes 8711/8712. This is not a request for proposal.
Posted 05/01/00 (D-SN449950). (0122) Loren Data Corp. http://www.ld.com (SYN# 0016 20000503\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|