Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 7, 2001 PSA #2867
SOLICITATIONS

C -- IDIQ CONTRACT -- A/E SERVICES TEXAS ZONE II

Notice Date
June 5, 2001
Contracting Office
General Services Administration, Public Buildings Service = (PBS), Acquisition Services (7PMA), 819 Taylor St., Rm. 11A01, Fort = Worth, TX, 76102
ZIP Code
76102
Solicitation Number
GS-07P-01-HHD-0157
Response Due
July 17, 2001
Point of Contact
Carol Lautzenheiser, Contracting Officer, Phone (817)978-6165, = Fax (817)978-2061, Email Carol.Lautzenheiser@gsa.gov -- Walter Miller, = Purchasing Agent, Phone (817) 978-3630, Fax (817) 978-7098, Email = WalterF.Miller@gsa.gov
Description
Solicitation No. GS-07P-01-HHD-0157 Response Date: 7/17/01 Classification Code: C- Architect and engineering services Contracting Office address: General Services Administration???..7PMA?.. Description: NAICS 541310 This is a SOLICITATION for an Indefinite Delivery = Indefinite Quantity contract for supplemental A/E services for a period = of one year with four one-year option periods. The contract wil be for = services primarily in the State of Texas Zone II, which includes, but = is not limited to the cities of Fort Worth/Dallas and the area bordered = by the counties of: Motley, Cottle, Hardeman, Wilbarger, Archer, Clay, = Montague, Cooke, Grayson, Fannin, Lamar, Red River, Bowie, Cass, = Marion, Upshur, Wood, Van Zandt, Hernderson, Freestone, Limestone, = Hill, Bosque, Hamilton, Comanche, Brown, Coleman, Taylor, Nolan, = Mitchell, Scurry, Ken, and Dickens and on an occasional basis may = include the States of Oklahoma, Arkansas, Colorado, New Mexico, = Louisiana, Utah, Wyoming, and North and South Dakota, and the remaining = State of Texas.. The A/E firm selected shall primarily provide: = design, construction management and inspection, and estimating services = for repair and alteration projects but may also be required to provide = scope development, planning, interior design, environmental studies, = feasibility studies, problem analysis, design review, = consulting/design/construction management for elevator work, = geotechnical testing, quality control testing, asbestos sampling/hazard = assessment/abatement design/air quality monitoring, boundary and = topographical surveying, historic structure reports, building = evaluation reports and other architectural, engineering and technical = services. The work will require primarily architectural, mechanical, = electrical, and estimator disciplines, but may also require civil, = structural, geotechnical, environmental, certified industrial = hygienist, fire safety, elevator, acoustical, historic preservationist, = construction manager/inspector, surveyor and other disciplines with = specialized experience. There will be no limit to the amount paid on = individual delivery orders and no limit on project size; however, the = total cumulative delivery order amount shall not exceed $3 million in = any one-year contract period, and the minimum guaranteed contract = amount is $1000 for the base year and each of the option years, if = exercised. Projects, while there will be no limit on size, will = generally involve repairs, alterations, and improvements in connection = with existing buildings or properties, and may range in size from = $25,000 to $20 million in estimated construction cost; however, the = typical project range is $2 million. A/E firms will be evaluated in = terms of their professional qualifications necessary for satisfactory = performance of required services, specialized experience and technical = competence in the fields of energy conservation, pollution prevention, = waste reduction, the use of recovered materials and services regarding = asbestos related work. Evaluation factors for the selection of the = firm are as follows: (1) Experience (25%): Experience of the firm and = consultants with regard to providing the types of services described = above, and with regard to accomplishments of past projects including = repair and alteration work. (2) Management and Inspection Capability = (25%): Experience and capability of the firm and consultants with = respect to complete management and inspection of services and projects = of the type described above during the construction phase. (3) = Technical Ability (25%): Professional qualifications, expertise and = education level of individuals employed by the firm and consultants who = will be directly involved in providing the above described services and = their philosophy concerning the design of repair and alteration work. = (4) Management/Organization/Production/Quality Contract (20%): = Capability and past performance of the firm and consultants with = respect to mobilizing, producing a high quality design, maintaining = good working relationships; working with small repair and alteration = projects, meeting schedules, providing accurate cost estimates, and = tracking and controlling costs. (5) Performance Location (5%): The A/E = firm must demonstrate that at least 35 percent of the A/E contract = services (based on total annual contract price) will be accomplished = within the primary geographical boundaries of Texas Zone II for the = resulting contract. The Government will not indemnify the firm against = liability involving asbestos or other hazardous materials, that is, no = clause holding the firm harmless will be including in the contract. A = firm-fixed price indefinite delivery indefinite quantity contract will = result from this solicitation, including profit, overhead and hourly = rates for anticipated disciplines and for use in negotiating firm-fixed = price delivery orders. A supplemental architect-engineer lookup table = for pricing delivery orders for projects with an estimate construction = cost of less than $2 million will be included in the contract. The = Government will use the fixed price amount in the lookup table which = will be a function of project size, type, and complexity. The lookup = table will be provided to the A/E during initial contract negotiations = and shall be a mandatory payment provision. Firms, when responding to = this announcement, should address their capability with regard to each = of the evaluation factors listed above, as the top rated firms = recommended for interview will be recommended solely on their written = response to this announcement. This procurement is being made under the = Small Business Competitive Demonstration Program. Offerors, prior to = being awarded any contract exceeding $500,000 ($1 million for = construction) shall be required to submit an acceptable subcontracting = plan (see FAR 52.219-9) or demonstrate that no subcontracting = opportunities exist. This provision does not apply to small business = concerns. In accordance with the Public Law 95-507, the A/E will be = required to provide the maximum practicable opportunities for small = business concerns and small business concerns owned and controlled by = socially and economically disadvantaged individuals to participate as = subcontractors in the performance of this contract. As part of its = commitment to socioeconomic initiatives of the Federal Government, the = GSA has established for Fiscal Year 2001 subcontracting goals of 40 = percent for small business, 3 percent for veteran-owned business, 2 = percent for HUBZone Small Business, 7.5 percent for small disadvantaged = business, and 5 percent for women-owned business. Architectural or = engineering firms wishing to be considered must submit three (3) copies = or sets of completed Standard Forms 254 and 255 and other pertinent = information. The A/E shall be limited to subcontracting to firms = agreed upon during negotiations. The use of subcontractors shown on = the SF254/255s will be reflected in the Small Business and Small = Disadvantaged Business Subcontracting Plan to be included in the = contract. Firms must provide a brief written narrative of outreach = efforts made to utilize small, small disadvantaged, and women-owned = busineses, not exceeding one typewritten page. The 254s and 255s must = be received not later than 3:15 p.m. local time on 7/17/01. Faxed, = facsimile, or emailed submittals will NOT be accepted or considered. = All submittals must clearly identify the Solicitation Number (see = above) on the fact of the envelope for identification purposes. Late = submittals shall be handled in accordance with FAR 52.215-10. All = responsible sources may furnish a timely submittal, which will be = considered. See Numbered Note #24. Point of Contact: Carol Lautzenheiser, Contracting Officer, Telephone = No. 817-978-6165 or 817-978-4661, email carol.lautzenheiser@gsa.gov or = susan.siciliano@gsa.gov, =20 Place of Performance: State of Texas Zone II, but may also include = work on an occasional basis anywhere within the State of Texas, = Oklahoma, Arkansas, Louisiana, New Mexico, Colorado, Utah, Wyoming, and = North and South Dakota. Postal Code: 76102-6105 Country: US
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/GSA/PBS/7PMA/GS-07P-01-HHD-0157/listing.html=)
Record
Loren Data Corp. 20010607/CSOL005.HTM (D-156 SN50O050)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on June 5, 2001 by Loren Data Corp. -- info@ld.com