Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2002 FBO #0150
SOLICITATION NOTICE

C -- C - ARCHITECT - ENGINEERING MULTIDISCIPLE SERVICES

Notice Date
4/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Administrative Office of the U. S. Courts, Office of Internal Services, Procurement Management Division, One Columbus Circle, NE, Suite 3-250, Washington, DC, 20544
 
ZIP Code
20544
 
Solicitation Number
USCA-02-R-0046
 
Response Due
5/31/2002
 
Archive Date
6/15/2002
 
Point of Contact
Peter Bouker, Contracting Officer, Phone 202-502-2317, Fax 202-502-1066,
 
E-Mail Address
peter_bouker@ao.uscourts.gov
 
Description
The Administrative Office of the U.S. Courts (AO) seeks up to four qualified professional multi disciplined Architectural/Engineering (A/E) firms to support the AO Space and Facilities Division (SFD) in projects to meet the needs of the U.S. Courts nationwide. Work will be awarded via a task order process for individual projects, and those projects will involve a variety of purposes including, but not limited to, participation in the design and review of new construction, repair and alterations, renovations, and modernizations of federal courthouses and related facilities; preparation of design intent packages (up to 50% design development, but not construction documents); furniture acquisition plans; production of technical and training manuals; cost estimating; master planning, and other space related tasks; and will require architectural, mechanical, electrical, structural, security, and interior design and review capabilities, with a sensitivity toward historic buildings. The AO will consider only prime firms capable of providing at least 50% overall design and review services in-house from an existing office. There is no geographical limitation to where a prime firm or subcontractor is located other than they have an existing established office within the continental United States of America. A/E firms shall demonstrate proficiency in design, cost estimating, and review of federal construction at various phases of project planning, design, specification documentation, and construction, as actually developed by the General Services Administration (GSA) and their design A/E, against judiciary guideline standards, technical and policy criteria, and other agency and GSA policies, specifications, and regulations. The contractor shall be available to travel with little notice to all states, territories, and possessions of the United Stares of America. Technological compatibility of the contractors' computer systems with the AO's computer systems and software is required. The contractor will also be required to stay current with any technological upgrades of the judiciary. The qualifications-based evaluation criteria to be applied in the selection process, in order of importance, is as follows: 1) Demonstrated analytical review of existing and planned space configurations, adjacencies, and program requirements; creative capability in the design and production of drawings, specification, and related technical solutions; experience with construction phasing and administrative support services; knowledge of GSA and federal judiciary building guidelines and standards; HVAC, electrical, and structural expertise; cost estimating preparation and review; and environmental, safety, security, and handicapped accessibility (ADA) proficiency, 2) Strength of the firm's personnel and those of any associated subcontractors, as well as a successfully proven overall Management Plan, including cost controls, production facilities, and staffing capability to meet short deadlines; team range of project experience; organization and working relationship of firm(s) and team components; ability to serve quickly and efficiently nationwide; experience of key personnel with contracts and policy matters; delivery mechanisms; and on-site support services, 3) Demonstrated excellence in interior programming, design solutions, space planning, and master planning (including the use of Metric units); knowledge and ability to design security features and related areas of operational concern; experience with blast-resistant building design; and ability to survey and work in occupied buildings; and 4) Specialized experience in the evaluation, preservation, and appropriate design solutions related to historic structures; experience with modern technologies including audio/visual systems, computer networking designs, telecommunication systems design, and cabling (RCDD) design; BOMA standards; applicable building codes and regulations; and leasing actions. The period of performance of the contract will be one base year plus four one-year options beginning on or about October 1, 2002. The contract will include hourly rates for all anticipated disciplines at various levels within the firm, and any subcontractors, for use in negotiating firm fixed-price lump sum task orders. Payments for task order work will be made based on actual deliverables and not on a percentage of task order completion. The estimated maximum amount to be expected under the contract will not exceed $1,000,000 in fees per year. The minimum fee over the possible five year span of the contract is $25,000, total, per firm. Firms meeting the criteria set forth above and having the capability to perform the services described herein are invited to respond by submitting two completed Standard Forms (SF) 254 and 255 along with a letter of interest (identifying this announcement by number) to the following office no later than 3:00 P.M., May 31, 2002, at: The Administrative Office of the U.S. Courts, Procurement Management Division, Suite 3-250, Thurgood Marshall Federal Judiciary Building, One Columbus Circle, NE, Washington, DC 20544 ATTN: Mr. Peter Bouker. Please reference the solicitation number on the outer envelope. Special attention should be given to the following areas on the SF 255: Item 7, list only the team members, including staff professionals, who will actually perform the major tasks under this contract. Item 8, list up to ten projects designed or completed within the past five years, not ten projects for each firm and subcontractor. Indicate which firm and subcontractor participated in each of the projects. Include only relevant projects of similar size and scope, but not limited to governmental work only, to those to be performed under this contract. Item 8b, give a synopsis of the scope of work for each project, clearly stating what tasks were performed by the prime firm. Item 9c, give a point of contact and telephone number for each project. Item 10, in narrative form, outline firms' overall Management Plan, and approach to design, design reviews, and quality control. Include any additional information regarding firms' qualifications to perform work similar in scope and size to this project.
 
Place of Performance
Address: NATIONWIDE
 
Record
SN00067839-W 20020501/020429213100 (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  © 1994-2020, Loren Data Corp.