Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2003 FBO #0410
SOURCES SOUGHT

C -- Supplemental A/E Services for major Architectural Design with Mechanical/Electrical Design Supporting Services with Optional PCCS, CIS, & As-Built Document Services

Notice Date
1/14/2003
 
Notice Type
Sources Sought
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (2PCB), 26 Federal Plaza, Room 1639, New York, NY, 10278
 
ZIP Code
10278
 
Solicitation Number
GS-02P-03-DTD-0012(N)
 
Point of Contact
Adria Friedman, Contracting Officer, Phone (212) 264-9489, Fax (212) 264-0588, - Adria Friedman, Contracting Officer, Phone (212) 264-9489, Fax (212) 264-0588,
 
E-Mail Address
adria.friedman@gsa.gov, adria.friedman@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Supplemental A/E Services for major Architectural Design with Mechanical/Electrical Design Supporting Services with Optional Post Construction Contract Services (PCCS), Construction Inspection Services (CIS), and As-built Document Services for planning, design, A/E studies including building evaluation of public buildings located in the State of New York and Northern New Jersey, (Counties of Bergen, Essex, Union, Morris, Passaic, Hudson, Middlesex, and Monmouth.) Puerto Rico and the US Virgin Islands. The work will be performed on an as needed basis for a term of one year, under a firm fixed price, indefinite delivery contract for projects located in New York, New Jersey, Puerto Rico and the U.S. Virgin Islands. Also, the A/E will be expected to be capable of providing combined architectural and engineering services for modernization projects. The contract will contain four unilateral one-year renewal options, the total aggregate maximum order limitation shall not exceed $750,000 during the Base Period or any Option Year. The minimum guarantee under this contract is $10,000.00 for the base year and each optional year. Major architectural projects under the proposed Term Contract will be predominately architectural and engineering, with associated mechanical and/or electrical and/or structural work. The budget assessments may include cost analysis as well as cost estimating. Respondents must have the ability to provide services for projects involving demolition and/or hazard abatement. Projects may involve work in historic buildings. Project documents will be in metric format. Use of special consultants may be required (e.g., fire safety, hazard abatement, historical architect, acoustical and elevator). The proposed Project Team will have the capability to perform the basic design disciplines (i.e. architectural, civil, structural, mechanical & electrical) with in-house personnel; joint venture or firm/consultant arrangements will be considered and evaluated for demonstrated interdependency of the members to provide quality services. Services may include, but will not be limited to: 1. Conducting surveys of existing installations; 2. Preparing reports with recommendations and cost estimates; 3. Preparing construction documents: Working Drawings, Specifications and Cost Estimates for all disciplines; 4. Post Construction Contract Services (PCCS) review of shop drawings, samples and operating manuals, etc.; 5. Construction Inspection Services (CIS). The firm awarded this contract will be required to use Masterspec including the GSA supplement in the most current edition as obtained from the American Institute of Architects. The GSA version of the AIA Masterspec is the authorized master guide specification for GSA Public Building Service. The firm awarded this contract will be required to purchase the latest update of Masterspec, including those divisions written specifically for GSA, directly from the American Institute of Architects (AIA), at the firm's expense The firm awarded this Contract will be required to submit Drawings and Specification in electronic form on CD-ROM. Electronic drawings will be in a format, which can be used directly (without conversion) by the GSA standard CAD software, the current version of AutoCAD, operating under MSDOS or PCDOS. The firm will also be required to submit specifications in the electronic format, Word for Windows, operating under MSDOS, or PCDOS. The specification documents must satisfactorily convert both content and format using only the conversion capability of the Word program. To assure maximum efficiency of communication, an E-Mail address will be maintained by the A/E?s office. Consideration will be limited to firms having an existing active design production office located within the State of New York, the State of New Jersey (Counties of Bergen Essex, Union, Morris, Passaic, Hudson, Middlesex and Monmouth) Puerto Rico and the U.S. Virgin Islands. At least one member of any proposed joint venture or firm/consultant arrangement must have an existing production office within the geographic limitation. Architect-Engineer firms must indicate their capability to comply with the area of consideration required as a part of their response to this notification. Joint Venture and/or firm/consultant arrangements will be considered and evaluated based upon a demonstrated interdependency, of the members capability to provide quality services during the life of the contract. Submission of a composite Standard Form 255 is required for this project; Standard Form 254 is required for each prime firm and each proposed consultant. All offerors must demonstrate capability to perform all contract services using their existing facilities located within the geographic limitation. Each firm must have the capability to concurrently perform the design and engineering work for at least four GSA Region 2 projects, each having an estimated construction cost up to $5.0M and also perform other studies and/or projects. Selection will be based upon the following: I. Design Experience (30%): A. Repair & Alteration Project, range: up to $5M; B. Disciplines: 1. Architectural, 2. Mechanical 3. Electrical 4. Structural 5. Civil, C. Specialties: 1. Fire & Life Safety, 2. Security, 3. Seismic, 4. Accessibility, 5. Hazard Abatement (asbestos, contaminated soil, lead, PCBs, etc.), 6. Cost Estimating, 7. Historic Preservation, 8.Court Design; D. Post Construction Contract Services (PCCS); E. Construction Inspection Services (CIS). II. Design Ability (30%); A. Number of Projects; B. Degree of Complexity of Projects; C. Proficiency with Government Standards, Local & National Codes D. Ability to meet Schedules and Budgets for Projects, E. Client References & Recommendations. F. Ability to achieve function, economy, quality, form & maximum energy efficiency. III. Project Team (20%); A. Planning for this Contract; B. Current Workload; C. Ability to produce concurrently for GSA up to four Design Projects, range: $0.5M to $3.0M. D. Architectural E. Electrical F. Mechanical G. Structural/Civil H. Cost Estimating IV. Management & Organization (20%); A. Management Plan, B. Quality and schedule control/On time performance, C. Cost estimating & control, D. CAD system & office facilities. E. Value Engineering, F. Availability and commitment of key personnel, G. Roles of key personnel, H. Organization chart. Following initial screening of qualifications and performance data, approximately three to five firms and/or joint ventures will be short listed for interviews and evaluation prior to recommendation and approval of the selected A-E. From the interviewed short-listed firms, selection will be made, the result of which will be published. This procurement is being issued under the Small Business Competitiveness Demonstration Program. Consideration will be awarded to Small Business concerns having an existing active production office located within the Geographic Limitation referred to above. The size standard for a small business concern under this announcement is a concern, including its affiliates, having an average annual sales receipt for its preceding three fiscal years not in excess of $4,000,000.00. In accordance with Public Law 95-507, the selected A-E will be required to provide maximum practicable opportunities for HUBZone Small Business Concerns, Veterans Owned Small Business Concerns, Small Business Concerns and Small Disadvantaged Business Concerns owned and controlled by socially and economically disadvantaged individuals to participate as subcontractors in the performance of this contract. The narrative shall not exceed one typewritten page. An acceptable subcontracting plan must be agreed to before contract award. (Small businesses are not subject to this requirement.) Scope of services and draft contract will be furnished to all firms being interviewed. The A-E selected will be required to furnish to the Contracting Officer preliminary salary rates and overhead rate(s) within 14 calendar days of selection notification. Architect-Engineer firms having the capability for proposed work, in order to be considered, must submit all required Standard Forms 254 and 255 no later than 4:30P.M., local time on February 18, 2003. Any submissions received after 4:30P.M., local time on February 18, 2003, will not be accepted. Firms and/or consultants shall submit a current SF254 and SF255 (Rev. 11/92). These forms shall be mailed to General Services Administration, Business Utilization Center, 26 Federal Plaza, Room 18-130, New York, NY 10278. One submission shall be placed in a sealed envelope identified and appropriately marked as follows: Solicitation NO.: GS-02P-03-DTD-0012(N), Supplemental A/E Services for major Architectural Design with Mechanical/Electrical Design Supporting Services with Optional Post Constriction Contract Services (PCCS), Construction Inspection Services (CIS), and As-built Document Services as required for projects in the State of New York, New Jersey (Counties of Bergen Essex, Union, Morris, Passaic, Hudson, Middlesex and Monmouth), Puerto Rico and the U.S. Virgin Islands. Closing Date: February 18, 2003. Closing Time: 4:30 P.M. No submissions (SF254/255) should be delivered to the issuing office. This is not an RFP.
 
Place of Performance
Address: State of New York, New Jersey (Counties of Bergen Essex, Union, Morris, Passaic, Hudson, Middlesex and Monmouth), Puerto Rico and the U.S. Virgin Islands.
Country: USA
 
Record
SN00239282-W 20030116/030114214113 (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.