Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2002 FBO #0045
SOLICITATION NOTICE

C -- SUPPLEMENTAL A/E FOR THE STATES OF INDIANA AND ILLINOIS, EXCEPT COOK COUNTY

Notice Date
1/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Contracts Branch (5PMC), 230 South Dearborn Street, Room 3324, Chicago, IL, 60604
 
ZIP Code
60604
 
Solicitation Number
GS05P02GAD0029
 
Response Due
2/13/2002
 
Archive Date
12/31/2002
 
Point of Contact
Christine Donovan, Contract Specialist, Phone (217) 492-5018, Fax (217) 492-5046,
 
E-Mail Address
christine.donovan@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Indefinite quantity contract to provide supplemental Mechanical and Electrical Engineering services, along with a minor amount of associated Architectural services, based on, but not limited to, the issuance of work orders for the preparation of designs, plans, specifications, estimates, record drawings, miscellaneous studies and reports, interior design and space planning, surveys and construction inspection services for projects within the geographic borders of the states of Indiana and Illinois, except Cook County. Projects may involve work in specialty areas such as alterations in historic buildings or asbestos abatement work. Services may include assisting the GSA staff in "in-house" design and construction inspections. The duration of the base contract will be one (1) year. The contract will include a provision for four (4) options, each of which could extend the contract for an additional one (1) year period and may be exercised at the option of the Government. The maximum order limitation is $750,000 for each one-year period. The following have been identified as potential projects to be accomplished under this contract: (1) "New Direct Digital Control (DDC) System?. (2) ?Chiller Replacement?. and; (3) ?HVAC Improvements Study?. Projects of a similar nature may be substituted or added to the contract. The selected firm must negotiate overhead and profit rates and hourly rates for anticipated disciplines for use in negotiating fixed price work orders. For projects with an estimated construction cost of $750,000 or less, the Government may use the fixed price amounts provided in the Supplemental A/E Lookup Table provided during initial contract negotiations. The Government, however, reserves the right to award a contract based on negotiated overhead, profit, and hourly rates only, as well as to use those rates for work orders which do not fall within the scope of the Lookup Table. Consideration will be limited to firms having an existing active design production office within the geographic borders of the state of Indiana and Illinois, except Cook County. Each joint venture must have an existing active design production office within the designated geographic limitations. Joint venture or firm/consultant arrangements will be considered and evaluated on a demonstrated interdependency of the members to provide a quality design effort. In addition, all firms and their consultants must: (1) have in house CADD capabilities (compatible with the latest version of AutoCad) and; (2) use AIA Masterspec as the basis for developing the construction contract documents. For Division 15 and 16 specification sections, the Architect/Engineer shall develop his/her own specifications edited to the full extent necessary for each specific project. Any available specifications (AIA, Navy, Military, NASA, etc.) may be used as a guide in developing the individual specifications for Sections 15 and 16; the specifications, however, shall be prepared using the AIA Masterspec format.(3) have familiarity with Microsoft Project Software Program. Selection to be based upon: 25% for Project Team, including key personnel with commitment to projects and qualifications and relevant experience as individuals and as a team; 15% for Design Management/Organization, including project management planning, coordination, scheduling, cost control methods, production facilities, capabilities and techniques for both design projects and construction inspection; 25% for Design Ability/Potential, including visual and narrative evidence of team's ability with respect to innovative design solutions; 35% for Demonstrated Design/Construction Experience, including demonstration of past performance of similar types of services on similar projects, including work in historic structures. Responses must be received by GSA, 509 W. Capitol Ave., Suite 206, Springfield, IL 62703, not later than thirty (30) calendar days from the date of this notice by 4:00 P.M. (CST). If the 30th day falls on a Saturday, Sunday, or U.S. Government holiday, the deadline will be 4:00 P. M. (CST) of the next Government business day. This is a small business set-aside procurement. The NAICS Code is 541310. The Small Business Size is $4 million. See Note 24. A follow up listing of firms to be interviewed will appear in this publication. This is not a Request for Proposal. All questions regarding the nature of this solicitation should be directed to Christine G. Donovan, Contracting Officer, 217/492-5018.
 
Place of Performance
Address: STATES OF INDIANA AND ILLINOIS, EXCEPT COOK COUNTY
Zip Code: N/A
Country: U.S.A.
 
Record
SN20020116/00014515-020115090758 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.