Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2003 FBO #0619
SOLICITATION NOTICE

C -- Architect/Engineer Design and Construction Management Services for the States of Montana, N. Dakota, S. Dakota, Wyoming & Utah

Notice Date
8/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Mountain-Plains Service Center (8PMP), Denver Federal Center, Building 41, West 6th & Kipling Streets, Denver, CO, 80225-0546
 
ZIP Code
80225-0546
 
Solicitation Number
GS-08P-03-JCD-0016
 
Response Due
9/30/2003
 
Archive Date
10/15/2003
 
Point of Contact
Tracy McGrady-Barnes, Contracting Officer, Phone (303) 236-7230, Fax (303) 236-0552,
 
E-Mail Address
tracy.mcgrady-barnes@gsa.gov
 
Description
NAICS Code 541310. Size Standard: $4 million annual receipts (average annual gross revenue for the last 3 fiscal years). Supplemental Architect-Engineer contract for various A-E services, primarily design services and construction management services. PRIMARY SERVICE AREA: Any combination of the following States -- Montana, North Dakota, South Dakota, Utah and Wyoming. SECONDARY SERVICE AREA: Any combination of the following States -- Colorado, Montana, North Dakota, South Dakota, Utah and Wyoming. Contract type and term: Indefinite-quantity task order contract for A-E Services for a one-year period with provision for 4 one-year option periods. Contract to start o/a 03/15/04. PRIMARY SERVICES: Architectural and Engineering Design, Construction Management and Inspection, and Cost Estimating. SECONDARY SERVICES: Prospectus Development Studies including project scope development and master planning; interior design; problem analysis; design review; technical studies including Historic Building Preservation Plans, Building Engineering Reports, structural/seismic studies, building code analysis, handicap accessibility studies (ADA), energy conservation studies (audits), roofing studies and inspection services, design programming, environmental impact and assessment studies, and hazardous material surveys. Secondary services may also include design and construction management and inspection of hazardous materials, fire safety, elevators, acoustics, security, surveying, geotechnical testing, quality control testing, civil surveys for boundary and topographical, quality checks for primary and secondary services, hazardous material construction testing and inspection, and HVAC systems construction commissioning. DISCIPLINES: The services required under this contract shall primarily involve architectural design and project management; mechanical, electrical, civil and structural engineering; cost estimating and value analysis; roofing; hazardous material; elevator; seismic; building code evaluation; and construction management and inspection. INDIVIDUAL TASK ORDERS will be issued against this contract. The contract will include profit and overhead rates and hourly rates for anticipated disciplines for use in negotiating fixed-price design task orders that are not covered by the lookup table. For design projects with an estimated construction cost of $2,000,000 or less, the Government will use the fixed price amounts in the Supplemental Architect-Engineer Contract Lookup Table for pricing design task orders. This Table will be provided to the A-E during the initial contract negotiations. The Lookup Table shall be incorporated into the contract as a mandatory payment provision. For other projects, loaded labor rates inclusive of overhead and profit will be negotiated and included in the contract. The maximum ordering limitation (MOL) will be $750,000/year. There will be no limit to the dollar amount of individual task orders (up to the MOL). The annual guaranteed minimum will be determined based on the number of awards made from this solicitation and will consider the primary and secondary coverage areas for each contract. The selected firm, subsidiaries or affiliates, which design or prepare specifications for a construction project cannot provide the construction services for the same project. TYPICAL PROJECTS include architectural and engineering designs for renovation of space to house various federal agencies, and construction management of construction projects (especially renovation of existing space). The majority of these projects are between $40,000 and $350,000 in estimated construction cost. Typical projects which may be awarded include clean and seal; exterior wall repairs; replace fire alarm system; replace fire sprinkler system; replace roof; replace chiller; resurface parking lot; replace heating and cooling system; replace windows; upgrade controls; install generator; restroom accessibility; interior renovation for U.S. Courts; elevator repair and replacement; energy upgrade, security upgrade; seismic/structural study; and LAN/computer upgrade. SELECTION CRITERIA: Qualifications submitted by each firm will be reviewed and evaluated based on the following evaluation criteria for selection of the most highly qualified firm: (1) Professional qualifications, education, training, registration and experience of key management and technical personnel. -- 35% (2) Specialized experience, general experience and technical competence necessary for the satisfactory performance of required services. -- 30%. (3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules; and capacity to accomplish the work in the required time (size of staff, workload, etc.) and ability to serve projects in more than one state. -- 25%. (4) Prior experience working with and ability to coordinate work with subconsultants. ? 10%. Please note that these criteria shall be used in lieu of the criteria listed under Note 22. SPECIAL REQUIREMENT: The prime offeror must have an active design production office in one of the following states: Montana, North Dakota, South Dakota, Utah or Wyoming. The production office must be in operation at the time of this announcement. In the event the offeror is a partnership or joint venture, at least one active production office shall be in the areas described above. Firms responding to this notice must have the capability to provide complete services with regard to asbestos related work or will not be considered. The Government will not indemnify the firm against liability involving asbestos or other hazardous materials; that is, no clause holding the firm harmless will be included in the contract. All contract personnel entering federal or federally controlled buildings must pass a security clearance check conducted by the Department of Homeland Security. When responding to this announcement, firms should fully address their capability, capacity and qualifications with regard to each of the foregoing evaluation factors. The top ranked firms recommended for interview will be evaluated and recommended solely on their written responses to this announcement. Prime contractors assembling a team are cautioned that evaluation will be based on the team, not just the prime firm. Architectural or engineering firms wishing to be considered must submit completed Standard Forms (SF) 254 and 255 (11/92 revision) and other PERTINENT information. Clearly, specifically and concisely address the evaluation criteria in completing the forms. (The forms are available on the Internet at http://www.gsa.gov/forms.) Other marketing information such as booklets, pamphlets and brochures is neither requested nor desired. In block 8 of the SF 254, specify only W-2 payroll (non-contract) personnel of each firm. In block 1 of the SF 255, the A-E design firm MUST identify the states encompassing the Primary and Secondary Areas of service in which the firm proposes to provide services. In block 10 of the SF 255, the A-E design firm MUST respond to the 4 evaluation criteria stated in this announcement. In block 11 of the SF 255, the A-E Design Firm MUST sign, name, title and date the submittal. Provide three copies of your response. SUBCONTRACTING PLAN REQUIREMENT for large business only: In accordance with Public Law 97-507, the A-E will be required to provide the maximum practicable opportunities for small, small disadvantaged, and women-owned small business concerns to participate as subcontractors in the performance of the contract. Firms must also provide with the SF's a brief written narrative of outreach efforts made to utilize small, small disadvantaged and women-owned businesses. The narrative shall not exceed one typewritten page. The use of subcontractors/consultants shown on the submitted SF's will be reflected in a Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan included in the successful firm's contract. Contract award is contingent upon negotiation of an acceptable subcontracting plan. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 19.10) and is therefore open to both small and large business concerns. Small, small disadvantaged and women-owned small businesses are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. HUBZone Certified and 8(a) Certified firms are encouraged to submit. Mail your submittals to General Services Administration, PBS - Rocky Mountain Region, Mountain-Plains Service Center (8PMP), Attn: Tracy McGrady-Barnes, P.O. Box 25546, Denver CO 80225-0546 (overnight delivery - Bldg. 41, Rm. 288, Denver Federal Center, 6th Ave & Kipling St). Mark the envelope in the lower left corner: "GS-08P-03-JCD-0016". The SF's 254 and 255 must be received by the above POC by 12:00 noon local time, September 30, 2003. Late submittals will be handled in accordance with FAR clause 52.215-1, subparagraph (c)(3)(i). Solicitation packages are not provided for A-E contracts. This announcement is not a request for proposals.
 
Place of Performance
Address: States of Montana, N. Dakota, S. Dakota, Wyoming & Utah
Country: USA
 
Record
SN00396519-W 20030810/030808214117 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.