Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2002 FBO #0130
SOLICITATION NOTICE

C -- Indefinite Delivery Indefinite Quantity Contract for Performance of Architectural Services with Historical Impact at Various Buildings located within the Washington, D. C. Metropolitan Area.

Notice Date
4/9/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Potomac Services Division (WP), 301 7th Street, S.W., Room 6901, Washington, DC, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P02MAD0177
 
Response Due
5/14/2002
 
Archive Date
10/31/2002
 
Point of Contact
Claire Cashwell, Contracting Officer, Phone (202) 205-5861, Fax (202) 708-4645, - Claire Cashwell, Contracting Officer, Phone (202) 205-5861, Fax (202) 708-4645,
 
E-Mail Address
claire.cashwell@gsa.gov, claire.cashwell@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The General Services Administration intends to procure the services of several architect-engineer firms for multiple Indefinite delivery indefinite quantity, firm fixed priced contracts for performance of Architectural services with Historical Impact at various buildings located within the Washington, D. C. Metropolitan Area. (Washington, D. C. Metropolitan Area refers to National Capital Region) (NCR), Solicitation No. GS11P02MAD0177. The professional services will be rendered under this contract on an as-required basis for project within the GSA National Capital Region. Current tentative projects may include: (1) Several renovation projects at the Department of Interior Building, 1951 Constitution Avenue, NW, Washington, DC; (2) Several renovation projects at the Office of Personnel Management's Theodore Roosevelt Building; and (3) Several renovation projects at the Department of State. The professional services may include Architectural, Structural, Civil, Historical Preservation, Landscape/Site Improvement, Mechanical/Electrical, Fire/Life Safety, Security, Security Enhancements and Assessments, and Handicapped Facility Development. The work includes, but is not limited to the following: feasibility studies, engineering studies, design, cost estimates, preparation of contract documents, post construction contract services (PCCS), and construction inspection services. All services are to be procured through the issuance of task orders. More than one contract may be awarded from this solicitation. The following procedure will be used in determining which contractor will provide services for each task order: (a) Past performance on earlier orders under the contract, including quality, timeliness and cost control; (b) Potential impact on other orders placed with the contractor; and (c) Minimum order requirements. The duration of the contract shall be for one (1) base period and four (4) option periods, not to exceed $4,000,000 for each effective period, for an aggregate dollar value of $20,000,000. Each period shall not exceed twelve (12) months. The minimum ordering limitation for the base year is the issuance of at least one task order over $10,000.00. The maximum ordering limitation is any order for a single item under this contract, for the base year, in excess of $4,000,000.00 or any combination of items in excess of $4,000,000.00. Consideration for the contract will be limited to business firms, joint ventures (either with consultants) demonstrating capability to coordinate the required services in their own active production offices located within the GSA - NCR boundaries. The boundaries of the GSA NCR consist of the District of Columbia; Montgomery and Prince Georges counties in Maryland; the cities of Alexandria, Falls Church and Fairfax in Virginia; and the counties of Arlington, Fairfax, Prince William, and Loudoun in Virginia. Firms in the states of Virginia, Maryland, Delaware, Pennsylvania, New York and New Jersey may also apply; however, the selected firm must establish within 30 days after contract award, an active production office in the boundaries of the GSA NCR after contract award. Each firm selected for the multiple awards will be required, prior to award of the contract, to meet a Top Secret Clearance for its facilities and all employees. The following evaluation criteria, in relative of importance, will be used in the evaluation of A-E firms: (1) Professional Qualifications (30%). Technical and professional qualifications of firms? design team. (2) Capabilities of Firm (30%). (A) Sufficiency of staff and technical resources available, not committed to other contracts, to undertake this contract; and (B) Location of firm and knowledge of the locality of the projects. (3) Specialized Experience and Technical Competence (20%). (A) Firm?s specialized experience regarding the type of work required herein; Suitability of firm's previous concentration of the type of work required herein, including, but not limited to, Architectural, Structural, Civil, Historical Preservation, Landscape/Site Improvement, Mechanical/Electrical, Fire/Life Safety, Security, and Handicapped Facility Development; (B) Specific examples that demonstrate well-organized, accurate, and fully coordinated set of feasibility studies, technical studies or prospectus development studies; and (C) Familiarity with (SI) metric system. (4) Past Performance (20%). (A) Project examples demonstrate compliance with performance schedules; (B) Project examples demonstrate compliance with Cost Control; (C) Project examples demonstrate superior workmanship; and (D) Project examples demonstrate success in use of recovered materials and achieving waste reduction and energy efficiency in facility design. After GSA has received your qualifications data in response to this request for qualifications, several firms will be selected for an interview. Each A-E shall present at least three (3) project examples including drawings and specifications, a final cost estimate (including original budget), a summary of the project scope and objectives, and the name, address, and phone number of client contact(s). The final selection shall be a listing, in order of preference, of the firms considered most highly qualified to perform the work. All firms on the final selection list are considered selected firms with which the Contracting Officer may negotiate in accordance with FAR 36.606, and successfully award the contract(s). Firms having the capabilities to perform the services described in this announcement, are invited to respond by submitting a Standard Form (SF) 254, Architect-Engineer and Related Services Questionnaire (for firm and joint venture and team consultants), that must be dated not more than six (6) months before the date of this synopsis, and SF 255, Architect-Engineer and Related Services Questionnaire for Specific Projects, along with a letter of interest identifying the project solicitation number to the procurement office listed above by 3:30 p.m. local time on the due date of this notice. Late responses are subject to FAR Provision 52.215-1, Competitive Proposals. Each SF 255 shall include at least three (3) renovation project examples with an estimated construction contract award range of $500,000.00 to $4,000,000.00. The SF 255 must be bound in an 8- 1/2" x 11" format. Also, include in Block #10 of the SF 255 as the last entry the following certification: "I hereby certify that the firm (joint venture) meets the geographic limitations stated in the CBD Announcement for this solicitation, " or a statement certifying establishment of a local office within 30 days after award. This procurement is set-aside for small business concerns only. Submissions shall be sent to: General Services Administration, 301 7th Street, S.W., Bid Room 1065, Washington, D. C. 20407, by 3:30 p.m. local time on May 14, 2002. The following must be on the outside of the envelope: (1) Solicitation Number; (2) Due Date; and (3) Closing Time. ******
 
Place of Performance
Address: Washington, D. C.
Zip Code: 20407
Country: U. S. A.
 
Record
SN00055885-W 20020411/020410063733 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.