Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2003 FBO #0489
MODIFICATION

R -- A/E TERM CONTRACT

Notice Date
1/23/2003
 
Notice Type
Modification
 
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
Reference-Number-2PCB-CM-03-0138
 
Response Due
1/31/2003
 
Point of Contact
Ian Epstein, Contract Specialist, Phone 212-264-4217, Fax 212-264-0588, - Ian Epstein, Contract Specialist, Phone 212-264-4217, Fax 212-264-0588,
 
E-Mail Address
ian.epstein@gsa.gov, ian.epstein@gsa.gov
 
Description
This is a Sources Sought Announcement under which GSA is publicizing our intention to contract for the following services. THIS IS NOT AN RFP. If your firm would be interested in participating in this solicitation it is requested that you contact Ian Epstein, Contract Specialist at 212-264-4217 or e-mail at ian.epstein@gsa.gov to express your interest. All interested firms must respond by Friday, January 31, 2003. GSA intends to contract for Supplemental A/E Services for major Mechanical/Electrical Design with Architectural Design Supporting Services with Optional Post Construction Contract Services (PCCS), Construction Inspection Services (CIS), and As-built Document Services in Public Buildings located in the State of New York, 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. The A/E will be expected to be capable of providing combined mechanical, electrical and architectural engineering services for modernization projects. The contract will contain four unilateral one-year renewal options. The Maximum Order Limitation (MOL) 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 projects under the proposed Term Contract will be predominately mechanical and/or electrical design, with associated architectural 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 specialty 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. mechanical & electrical, architectural, civil, structural,) 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 mechanical & electrical 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. 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 member?s capability to provide quality services during the life of the contract. Each firm must have the capability to concurrently perform the design and engineering work for at least four 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 criteria: I. Design Experience (30%): A. Repair & Alteration Project, range: up to $5M; B. Disciplines: 1. Mechanical, 2. Electrical 3. Architectural 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.Experience with Government Agencies including 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. Mechanical E. Electrical F. Architectural 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. 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (23-JAN-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 01-APR-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/2PCB/Reference-Number-2PCB-CM-03-0138/listing.html)
 
Place of Performance
Address: NORTHEAST CARRIBEAN REGION
 
Record
SN00293463-F 20030403/030401221854 (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.