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
SOLICITATION NOTICE

C -- FULL SERVICE SUPPLEMENTAL ARCHITECT-ENGINEER CONTRACTS FOR THE STATE OF KENTUCKY

Notice Date
1/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division (4PM), 401 West Peachtree Street, Suite 2416, Atlanta, GA, 30308
 
ZIP Code
30308
 
Solicitation Number
GS-04P-03-EWM-0027
 
Archive Date
1/30/2003
 
Point of Contact
Elizabeth Worley, Contact Specialist, Phone (404) 331-9790, Fax (404) 730-9722,
 
E-Mail Address
elizabethh.worley@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
FULL SERVICE SUPPLEMENTAL ARCHITECT-ENGINEER CONTRACTS for the state of Kentucky. The Government intends to award two (2) contracts under this solicitation. The contract type will be a fixed price Indefinite Delivery Indefinite Quantity term contract. Each contract will include a base year plus four (4) one-year option renewals. The maximum ordering limitation for each year of the contracts shall not exceed $500,000. Projects to be designed under this contract will typically have a construction cost under $2 million. The firms selected must have an active production office within the geographic area established at least 90 days prior to the date of this announcement and all applicable licenses as required. If the firm is a partnership, corporation, association, joint venture or other legal entity, at least one of the associated firms must satisfy this requirement. In addition, at least 80 percent of the design effort is to be performed within the geographic area. Services may include but are not limited to: existing condition and feasibility surveys and investigations; site selection, survey and subsurface investigations; planning and program studies; preparation of construction contract drawings, specifications and cost estimates; Post Construction Contract Services (PCCS), including review and approval of shop drawings, samples, equipment, operating manuals and other submittals, preparing as-built drawings, etc.; and Construction Inspection Services (CIS). Required disciplines and services include architectural, electrical, mechanical, structural and civil engineering, historic preservation, childcare facility design, cost estimating, elevator, hazardous material, firesafety and fire protection engineering services. These disciplines and services may be used to accomplish entire projects or may be used to supplement GSA's in-house design capabilities. The type of non-specific projects to be performed under this contract which shall be evaluated as similar projects in this procurement include, but are not restricted to: roof repairs or replacement; window repairs and replacement; building facade repointing, caulking and cleaning; installation, repair or replacement of HVAC equipment, electrical systems, water supply and drainage systems, energy management systems; electronic security and fire alarm systems; installation, repair or modification to fire sprinkler systems; installation, repair or replacement of elevators and escalators; interior space alterations including partitions, flooring, suspended ceilings and other finishes and related modifications to electrical, HVAC, and sprinkler systems. Specific projects which may be accomplished under this contract include Window Replacement, Louisville, KY; Elevator Upgrades, Lexington, Bowling Green, and Louisville, KY; Restroom Upgrades, Paducah, KY; HVAC Upgrades, Louisville, KY; Childcare Playground Rework, Covington and Louisville, KY; and Security Systems Upgrades, Covington, KY. The Government reserves the right to substitute similar projects for those listed. Computer Aided Design (CAD) shall be used to prepare all project drawings. Drawings shall be in the format which can be directly used by GSA's Standard CAD software, AutoCAD 2002. SoftDesk Architectural and Engineering software is required if an architectural/engineering interface is used. Drawings shall be useable by GSA standard CAD software without conversion. Drawings must have GSA approved add-on features that can be directly used or converted to work with Office 2000. All drawings shall follow the GSA CAD/CIFM Deliverable Policy. The Government will use the fixed price amounts provided in the Supplemental A-E Contract Lookup Table for pricing task orders for design services. This table will be included in the Request for Proposal which will be sent to each selected A-E firm prior to initial contract negotiations. Each contract will also include hourly rates for all disciplines for use in negotiating fixed price task orders which do not fall within the cost range or scope of the lookup table. Work orders will be issued on an alternating basis to the two (2) selected firms. SELECTION OF THE A-E FIRMS WILL BE BASED UPON THE FOLLOWING CRITERIA LISTED IN DESCENDING ORDER OF IMPORTANCE: (1) PAST PERFORMANCE - For the A-E design firm, submit 8" x 10" graphics (maximum of 5 per project) and typewritten description (no more than 3 pages per project) of not more than 5 projects similar to the services for these two contracts completed in the past 5 years. The narrative shall address the firm's performance (in terms of cost control, quality of work, and compliance with performance schedules), design approach and salient features such as cost of design work, type of project, (i.e. new construction, renovation, etc.), and duration of design work for each project. Also include information on awards, peer recognition, etc., and discuss how the clients' design, budget and operational objectives were met. Include names, addresses and telephone numbers of clients or other contacts for each project; (2) OVERALL RANGE OF THE FIRM'S EXPERIENCE AND QUALIFICATIONS - Submit a maximum of 10 typewritten sheets describing the diversity of services provided by the A-E firm within the past 5 years including the variety of projects designed as well as other services performed such as facility and building system inspections and evaluations, cost estimating, and construction inspection (include description of experience in services to be performed under these two contracts). Describe professional qualifications for the work to be performed under these two contracts. Also, describe the firm's work experience in the geographic area established for the work under these two contracts. Describe the firm's capacity to accomplish multiple task orders simultaneously under this IDIQ contract within the established time frame for each order; (3) QUALIFICATIONS AND EXPERIENCE OF THE PROJECT MANAGER(S) OR LEAD DESIGNER(S) - Submit a biographical sketch or sketches (no more than 5 typewritten pages for each person) including education, professional experience, design philosophy and recognition for completed projects. Identify and describe areas of responsibility and commitment to this contract. Also submit a portfolio of similar projects (not more than 5 completed in the past 5 years including 8" x 10" graphics maximum of 5 per project) and no more than 2 typewritten pages per project describing the project and the role played by the designer. Include names, addresses, and telephone numbers of clients or other contacts for each project; (4) MANAGEMENT PLAN - Submit a maximum of 5 typewritten pages describing the lead firm's management plan, methodology for coordination of the various disciplines and/or consultants required for projects and controls to maintain quality, schedules and costs, and the capacity to accomplish the work in the required time. This solicitation is restricted to Small Business Firms under the Small Business Administration Competitiveness Demonstration Program. The applicable North American Industry Classification System (NAICS) Code is 541310. The Product Service Code (PSC) is C211. A small business concern is a firm with average annual gross receipts that did not exceed $4 million per year for the previous 3 years. Firms located within the geographical limita- tion and having the capabilities to perform the services are invited to submit a letter of interest along with completed SF 254s (SF254s must be submitted for all consultants) and a completed SF 255 form to the procurement office listed above. The submittal must include an original and two copies of all material submitted. Responses must be received by the Contracting Officer on or before February 14, 2003, at the following address: General Services Administration, PBS, Property Management, Attn: Liz Worley, 401 W. Peachtree St., Suite 2416, Atlanta, GA 30308. All SF 254s must be current, reflecting a date not more than one year from the month of this notice.
 
Place of Performance
Address: Various locations within the State of Kentucky
Country: U.S.A.
 
Record
SN00239283-W 20030116/030114214114 (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.