Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2002 FBO #0306
MODIFICATION

C -- Architect-Engineering (A/E) Services

Notice Date
5/24/2002
 
Notice Type
Modification
 
Contracting Office
Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, MD, 21207-5279
 
ZIP Code
21207-5279
 
Solicitation Number
Reference-Number-SSA-0802-02-5030
 
Response Due
5/31/2002
 
Point of Contact
Joe Tanzi, Contract Specialist, Phone 410-965-9470, Fax 410-966-9310,
 
E-Mail Address
joe.tanzi@ssa.gov
 
Small Business Set-Aside
8a Competitive
 
Description
A&E Project No. SSA-0802-02-5030 ? Architectural/Engineering and Related Services Questions and the Government?s Responses (05/24/02) 1. Question. Being 8(a) Competitive, does the lead firm have to be an architectural firm as well as an 8(a)? Response. The lead firm must be in the certified by the U.S. Small Business Administration as an 8(a) contractor. The 8(a) firm must also be architectural or engineering (building/facilities engineering.) 2. Question. What is the breakdown of disciplines for the contract i.e., percent Architectural, percent Civil, percent Structural? Response. A breakdown of the disciplines is not available. 3. Question. Environmental monitoring normally occurs after asbestos or some other hazardous material has been identified and is in the process of being removed. The requirement does not request such discovery or investigative work. Are there existing conditions which require environmental monitoring, if so, could you please describe the conditions? Response. The Social Security Administration has an in house staff dedicated to this issue. Therefore, the Architect/Engineer is usually only required to take a 3 hour class regarding this issue. It is not anticipated that the Architect/Engineer will be tasked with the responsibility for discovery or investigative work. RESPONSE DATE REMAINS MAY 31, 2002 ll be capable of undertaking task orders, in terms of required expertise, facilities size, and available manpower. 3. Evaluate the ongoing workloads of the firm and its consultants to determine their capability of undertaking task orders and the priority it will likely receive in relation to their other work. 4. Evaluate the proposed level of direct involvement in task orders by the prime firm(s) in comparison with the level considered appropriate to maintain control of this project. 5. Evaluate the firm's proposed method of administration of task orders to ensure satisfactory and timely completion of all requirements. 6. Evaluate the direct involvement in task orders of personnel who make up the ownership level of the firm(s) in comparison with that which would be appropriate. B. Evaluate the A/E's proposed project team organization and procedures for planning the execution and control of task orders. 1. Evaluate the A/E's proposed means of gathering necessary background information on task orders, assimilation and analysis of this information, and translation of this information through a structured planning process into a program for incremental accomplishment of required new construction and/or alteration/repair and improvement work. 2. Evaluate the proposed method for controlling each task order?s schedule limitations. 3. Evaluate the proposed method for controlling each task order?s scope and budget. 3. TECHNICAL ABILITY (25 PERCENT) This category will be used to evaluate the A/E's capacity and potential for product excellence, including innovation, recognition of alternative solutions, and perception of special opportunities. A. Evaluate the A/E's demonstrated awareness of design problems in new construction and alteration/repair and improvement work. B. Evaluate the A/E's demonstrated understanding of fire and life safety standards, elimination of architectural barriers, code limitations, and OSHA requirements. C. Evaluate methodology for attaining maximum conservation of energy, materials, etc., while maintaining maximum results within restrictive budgets. D. Evaluate the A/E's demonstrated capacity for excellence on the basis of major honors, awards, and recognition received. 4. RELATED EXPERIENCE (20 PERCENT) This category will be used to evaluate the A/E's successful accomplishment of projects similar in nature. A. Evaluate the A/E's capability to successfully accomplish planning, design, inspection, and production of technical reports as demonstrated by relevant examples of previous work similar in nature and magnitude (either as a firm or through individual experience by proposed project team members). B. Based on project examples presented by the A/E firm(s), evaluate past performance in the following areas: 1. Conformance to program requirement and scope of services 2. Adherence to budgets 3. Delivery of submittals within schedules 4. Preparation of complete, clear, and comprehensive reports requiring minimum review changes 5. SUPPLEMENTAL POINTS (5 PERCENT MAXIMUM) Supplemental points will be given for good performance on previous Federal, state and/or county Government contract experience. Consideration will be limited to primary firms having an existing active Architect/Engineer office within the area defined. The A/E must be capable of performing simultaneously multiple projects at multiple locations. This indefinite quantity contract will cover a one-year period with a unilateral option by the Government for four one-year renewals. The maximum amounts to be expended shall not exceed $1,000,000.00 (minimum $200,000) for the base year and for each option year, if exercised. Work under the contract will be by Delivery Order. Each delivery order will be negotiated individually. The architect-engineer firm shall respond to assignments issued by the Contracting Officer. Firms or and/or joint ventures meeting the designated geographical limitations and having the capabi NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (24-MAY-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 02-OCT-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/SSA/DCFIAM/OAG/Reference-Number-SSA-0802-02-5030/listing.html)
 
Place of Performance
Address: Social Security Administration Offices Nationwide
 
Record
SN00181427-F 20021004/021002220707 (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.