Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 10, 2000 PSA #2702
SOLICITATIONS

C -- ARCHITECT AND ENGINEERING SERVICES -- CONSTRUCTION

Notice Date
October 5, 2000
Contracting Office
GSA, PBS, Property Development (4PCC), Suite 2500, 401 West Peachtree St., NW, Atlanta, GA 30365-2550
ZIP Code
30365-2550
Solicitation Number
GS-04P-00-EXD-0034
Response Due
October 23, 2000
Point of Contact
Noel E. Walton Contracting Officer @ 404-331-4635, William H. Hunt Contracting Officer Representative @ 404-331-4242
E-Mail Address
rfp (noel.walton@gsa.gov)
Description
DESC: Supplemental Architect-Engineer Services for the Public Buildings Service (PBS) Nationwide. This procurement has established a National Indefinite Delivery / Indefinite Quantity Contract to provide Cost Engineering Services for GSA design and construction projects and programs including cost estimating, cost analysis, cost / schedule control, and cost / value improvement. This contract, being national in scope, is intended to support all GSA Regional Offices, the GSA Central Office, GSA Centers of Expertise for all new construction and renovation projects located throughout the continental United States as well as Alaska, Hawaii and the Carribean and will include: Federal Office Buildings, Federal Courthouses, Border Stations, Laboratories, Warehouses, and all other types of real property. In addition, this contract is open to all federal agencies which manage, in whole or part, design and/or construction programs and have a need for cost engineering and cost management services. Cost Management Services required may include,but not limited to: 1) Design and Implementation of cost engineering programs, policies and procedures, development of new / revised cost engineering guidelines, new / revised cost engineering procedure manuals, new / revised standards for determining project budgetary requirements, new / revised standards and programs for developing project benchmarking criteria, develop and manage new cost management databases, conduct economic cost growth studies and conduct labor productivity studies.2) Programming and Pre-design Phase Services -- Feasibility studies, cost and price forecasting, value management services, risk analyses, market analyses and economic analyses. 3) Design Phase Services Cost and price forecasting, cost and price analyses, resource and activity planning/scheduling, cost / schedule controls, value management services, economic analyses, risk analyses and constructability analyses.4) Construction Phase Services -- Cost and price forecasting, cost and price analyses, resource and activity planning/scheduling, schedule analyses, cost / schedule controls, value management services, risk analyses and contract negotiations. The Final selection of A-E Firms identified below that have been selected for contracts, subject to successful negotiations, are listed alphabetically as follows: 1. BTG Incorporated, Delta Research Division, 1501 Merchants Way, Niceville, Florida 32578 Brian Brannegan, (850)-897-5380; 2. Construction Cost Systems, Inc., 10521 Judicial Drive, Suite 200, Fairfax, Virginia 22030 Bruce R. Isaachsen, (703)-691-2662; 3. Hanscomb, Inc., 1725 Duke Street, Suite 200, Alexandria, Virginia 22314, Michael D. Dell'Isola, (703)-684-6550; 4. Project Time & Cost, Inc., One Paces West, Suite 1200, 2727 Paces Ferry Road, Atlanta, Georgia 30339 Greg White, (770)-444-9799; 5. U. S. Cost, Inc., 1200 Abernathy Road, NE, Building 600, Suite 950, Atlanta, GA 30328 Louis F. Parkins, (770)-481-1614. All services in these contracts are to be procured through the issuance of individual Task/Delivery Orders, each one being defined by a separate Scope of Work. The term of the contract(s) shall be for a one-year Base Period, followed by up to four (4) one-year Option Periods, not to exceed $5,000,000 for each Period, for an aggregate dollar value of $25,000,000 per contract. The Contracting Officer reserves the right to increase the maximum dollar amounts of the contract(s) if requirements dictate. The successful Large business firms selected for these contracts are once again reminded that this procurement was made under the Small Business Competitiveness Demonstration Program (FAR 19.10) and this office expects all Large Business firms to place subcontracts to the maximum practical extent with small, small disadvantaged, woman-owned and Hub Zone small businesses using as a guideline the Small business goals reflected in our initial solicitation notice. Before award of their contract, and prior to negotiation each A-E (if not a small Business of $4,000,000 gross average over the previous three years) is required to present to this office an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. As a matter of record these contract(s) have been procured under the Brooks Act and FAR 36 procedures. Cost Proposals from the 5 awardees reflecting current discipline and overhead rates are to be provided to the below listed office located at the General Services Administration, Public Buildings Service, Property Development Division (4PC), 401 West Peachtree St., Suite 2500; Atlanta, Georgia 30308, Attn: Noel E.Walton, Contracting Officer or William H. Hunt, Contracting Officer's Representative no-later-than COB October 23, 2000. The Government's intent is to negotiate throughout that week with each selected firm in sequential order of the evaluation board rankings, however if scheduling conflicts exists negotiations will be scheduled to allow for contractor or Contracting Officer deadlines. For the original publication in the CBD for Stage I see CBD Notice W-193 SN473431 and for Stage II see CBD Notice W-231 SN487631.
Record
Loren Data Corp. 20001010/CSOL002.HTM (W-279 SN5036F2)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on October 5, 2000 by Loren Data Corp. -- info@ld.com