COMMERCE BUSINESS DAILY ISSUE OF JUNE 8, 2001 PSA #2868
SOLICITATIONS
C -- IDIQ CONTRACT -- A/E SERVICES/NEW MEXICO-ZONE 1
- Notice Date
- June 6, 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-0159
- Response Due
- July 13, 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-0159 Response Date: July 13, 2001 Classification Code: C- Architect and engineering services Contracting Office address: 819 Taylor St., Rm 11A01, Ft Worth, TX = 76102 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 will be = for services primarily but not limited to the State of New Mexico and = on an occasional basis may include the States of Texas, Oklahoma, = Arkansas, Colorado, Utah, Wyoming, and North and South Dakota. 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 area of the State of New Mexico 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 July 13, 2001 = 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 =20 Place of Performance: Primarily but not limited to the State of New = Mexico and on an occasional basis may include the States of Texas, = Oklahoma, Arkansas, Louisiana, 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-0159/listing.html=)
- Record
- Loren Data Corp. 20010608/CSOL003.HTM (D-157 SN50O0V7)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on June 6, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|