Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2003 FBO #0470
SOLICITATION NOTICE

C -- A/E MEP Term Contract for WV and VA

Notice Date
3/13/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Allegheny Service Center (3PK), The Strawbridge Building 20 North 8th Street, 8th Floor, Philadelphia, PA, 19107
 
ZIP Code
19107
 
Solicitation Number
GS-03P-03-CDD-0028
 
Archive Date
4/25/2003
 
Point of Contact
Kimberly DeSant, Contract Specialist, Phone (215) 446-4562, Fax (215) 209-0548,
 
E-Mail Address
kim.desant@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Full Engineering Design Services for projects in the entire state of West Virginia and the Western half of Virginia, with an option for services in the Eastern half of Virginia, Maryland, Delaware, Pennsylvania, and the Southern sections of NJ, involving repairs, alterations, renovations and modernization of buildings or portions thereof. Consideration for this contract is limited to firms or joint ventures (either with consultants) located within the boundaries of the Mid-Atlantic Region (Region 3), which consists of West Virginia, Virginia, Maryland, Delaware, Pennsylvania, and the Southern sections of NJ. Projects under this contract are primarily mechanical, electrical, plumbing, fire protection, survey reports, systems evaluations, life safety, security, and code compliance in nature, with incidental asbestos abatement, elevator work, structural and architectural work; and may require the preparation of feasibility studies, design development, construction documents and some monitoring of construction as required. Repair and Alteration work will be for Federal facilities and generally will range from $50,000.00 up to $2,000,000.00 in construction costs. Examples of types of projects include HVAC system upgrades, electrical distribution system improvements, plumbing renovation work, new security systems, and elevator upgrades. This procurement will result in a supplemental indefinite quantity term contract. The work stated above may involve multiple work orders to be done concurrently within the geographical area, as stated above. All graphic submissions shall be submitted in accordance with the latest Mid-Atlantic Regional CAD policy in effect at the time that each individual delivery order is placed. For your reference, the related website is http://www.gsa.gov/midatlanticcadpolicy . Full design capability in Metric terms will be required. EVALUATION CRITERIA TO BE APPLIED IN THE SELECTION PROCESS IN THE DECENDING ORDER OF IMPORTANCE, ARE AS FOLLOWS: 1. PAST PERFORMANCE AND EXPERIENCE with related or similar projects: The firm shall provide a separate, detailed narrative of only five relevant projects as noted in Standard Form 255, Item 8. List projects which are relevant to type of work being solicited. At least two must be full renovation projects with an Architectural firm. Construction for these projects must be substantially complete. The firm must have previous design experience with repair and alteration work, similar in size and scope, in occupied facilities and be capable of providing construction monitoring/field support services on call throughout the geographical area defined above. The A/E should also demonstrate experience in design using the metric system. Narrative description will be limited to one page per project. 2. PERSONNEL QUALIFICATIONS: Team members will be evaluated on the basis of their education, professional certification, licensure, knowledge, application of all relevant codes and with System International Units (metric), and experience within each of the disciplines identified. They must have demonstrated an ability to perform repair and alteration design work of similar size and scope in occupied buildings. The following disciplines must be included: Electrical, Mechanical, Plumbing, Architectural, Structural, Industrial Hygienist, and Civil. The A/E project team shall include a professional cost estimating consultant. The A/E project team shall also include a Professionally Registered (PE) Fire Protection Engineer or other qualified professional engineer that has demonstrated experienced in the application of the principles of fire protection engineering. The engineer shall have at least 6 years experience from which at least 3 consecutive years are directly involved in the fire protection engineering field. This same or equally competent professional shall remain on the A/E's project team for the entire term of the contract. He/she shall review any applicable submission package(s) to ensure that all factors pertaining to life safety and fire protection have been incorporated and comply with the applicable criteria. When applicable, the A/E's Fire Protection Engineer shall submit verification in writing that he/she has been involved with all aspects of the specific delivery order's design. This verification shall accompany each submission required by the scope of work. The Fire Protection Engineer shall prepare and sign review comments outlining the findings of his review at each submission. Copies of the comments shall be included in each submittal required by the scope of work. Qualifications will be limited to one page per individual. 3. ORGANIZATION AND MANAGEMENT: The firm shall demonstrate team organization and ability to control budgets, schedules and quality assurance on multiple work orders occurring simultaneously. Critical factors include types and numbers of personnel in desired disciplines and prior experience of team members. Length of working relationship either as individuals from different firms or within the prime's organization will be considered. The firm is to provide a chart indicating the Prime and its consultants. This section will be limited to two pages. 4. PREVIOUS EXPERIENCE AND FAMILIARARITY WITH FEDERAL GOVERNMENT DESIGN STANDARDS AND PROCEDURES: Work covering the following areas would be examples of relevant experience: Experience on Federal projects (including GSA projects), previous working experience with applicable National Building Codes (including BOCA, Fire and Safety, and Environmental), and Uniform Accessibility Standards (UFAS/ADA). Experience shall be for substantially completed projects similar in size and complexity as referenced in the Standard Form 255, items 8 & 9. In addition, extra consideration will be given to firms with sustainable design experience. This section will be limited to one page. After the initial evaluation of the information submitted, a short list of the highest ranking firms will be prepared and those firms may be interviewed. The firm's presentation in the selection interview will also be evaluated using the above criteria. In addition to the criteria above, supplemental points are set aside for the involvement of minority and women owned firms. Consideration will be limited to prime firms or joint ventures capable of providing a minimum of 50% of services with in-house resources in existing active design offices in the geographical area cited above. The estimated contract start date is 7/1/03. The contract will cover an initial one (1) year base period with eight (8) one-year options. The maximum amount of orders to be placed under the contract shall not exceed $1,125,000 per year, for an aggregate dollar value of $10,125,000.00. The estimated yearly amount of orders to be placed under the contract is $500,000. A guaranteed minimum of $10,000 will be applicable for the base year only. The contract will include hourly rates for anticipated disciplines for use in negotiating fixed price work orders. However, basic design services will be covered by the contract Look-Up Tables. The total fee for basic design services includes costs for concepts, tentative design or preliminary working drawing services, bid documents, demolition drawings and specifications, permanent and demountable partitions design, and reproduction costs incidental to preparing contract documents. Costs for feasibility studies, field measurements, existing facility surveys, travel, cost estimates, and construction inspection are not included in the basic fee and must be negotiated separately. These tables will be provided to the A/E during initial contract negotiations. However, the Government reserves the right to award a delivery order against the contract based on the negotiated hourly rates only. Firms meeting the designated geographical limitations and having the capabilities to perform the services described herein are invited to respond by submitting a completed Standard Form 254, dated not later than six months prior to the date of this synopsis, for the firm, consultants, and joint ventures. Firms must also submit a Standard Form 255 that should include project samples. Firms must separately address the evaluation factors and relate where information can be found in the submittal package relevant to each factor. The submittal should be forwarded by a cover letter that references the solicitation number. A pre-proposal conference will not be conducted; however, all questions must be received in this office by March 27, 2003. A/E firms may email their questions to: kim.desant@gsa.gov . Questions may also be FAXed to Kim DeSant at (215) 209-0548. Submittals should be provided to the following office by April 10, 2003: General Services Administration, Allegheny Service Center (3PK), The Strawbridge Building, 20 N. 8th Street, 8th Floor, Philadelphia, PA 19107-3191, Attention: Kimberly DeSant (PBS). Firms shall provide this office with one (1) original and four (4) copies of their entire proposal. This is not a request for proposal. This contract is a total Small Business set aside, with a size standard of an average annual sale or receipts for its preceding three (3) fiscal years not in excess of $4,000,000.00. This contract will be procured under the Brooks Act and FAR Part 36. SPECIAL ATTENTION SHOULD BE GIVEN TO THE FOLLOWING AREAS OF THE STANDARD FORM 255: Item 7: List only the team members (including staff professionals) who will actually perform the major tasks under this contract (not more than 10). On item 7(g), list the experience and role of persons proposed on the five selected relevant projects . List only the lead design engineer for fire protection/life safety, security, structural, plumbing, HVAC, electrical and elevator work, including the lead architect. Item 8: List only five projects, not five projects for each firm (joint venture/consultants). Indicate which firms performed each of the projects and their specific responsibility and function. Include only relevant projects of similar size and scope to those to be performed under this contract. The relevant projects presented must demonstrate the firm's capability to design complex projects to be constructed in occupied facilities having sensitive tenants. Those projects must show how the firm phased the project to maintain security, noise control and continued normal operation of the facility. Item 8b: Provide a synopsis of the scope of work for each project. Item 9c: Provide a client point of contact and telephone number for each project. Item 10: In a narrative form, outline your firm's approach to design reviews, quality control and project management. Include additional information regarding the firm's qualification to perform work similar in scope and size. The last entry under Item 10 must read: "I hereby certify that the firm listed under Item 1 is a small business and meets the geographical limitations stated in the synopsis for this contract". Work orders issued under this contract will include Sensitive But Unclassified (SBU) building information. SBU documents provided under these work orders are intended for use by authorized users only. In support of this requirement, GSA requires the A/E firm and all consultants to exercise reasonable care when handling documents relating to SBU building information per the contract. The efforts required above shall continue throughout the entire term of the contract and for whatever specific time thereafter as may be necessary. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work). Destruction shall be done by burning or shredding hardcopy, and/or physically destroying CD?s, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software. REASONABLE CARE: 1. Limiting dissemination to authorized users. Dissemination of information shall only be made upon determination that the recipient is authorized to receive it. The criterion to determine authorization is need-to-know. Those with a need-to-know are those who are specifically granted access for the conduct of business on behalf of or with GSA. This includes all persons or firms necessary to do work at the request of the Government, such as architects and engineers, consultants, contractors, sub-contractors, suppliers, and others that the contractor deems necessary in order to submit an offer/bid or to complete the work or contract, as well as maintenance and repair contractors and equipment service contractors. 2. Term of Effectiveness. The efforts required above shall continue throughout the entire term of contract and for what specific time thereafter as may be necessary, as determined by the Government. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. 3. Written agreement of disposal. For all contracts using SBU building information, the contractor shall provide a written statement that he and his subcontractors have properly disposed of the SBU building documents, with the exception of the contractor?s record copy, at the time of Release of Claims to obtain final payment. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work). Destruction shall be done by burning or shredding hardcopy, and/or physically destroying CDs, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software. The recipient acknowledges the requirement to use reasonable care, as outlined above, to safeguard the documents and, if not awarded, the contract (and at the completion of any protest/appeal process) will make every reasonable and prudent effort to destroy or render useless all SBU information received during the solicitation.
 
Place of Performance
Address: All of WV and the Western half of VA
 
Record
SN00279065-W 20030315/030313214000 (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.