Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2004 FBO #0788
SOLICITATION NOTICE

C -- Architect/Engineer Services, Multiple I.D.I.Q.

Notice Date
1/22/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Upstate New York Service Center (2PMC-U), James M. Hanley Federal Building & Courthouse, Room 1350, 100 South Clinton Street, Syracuse, NY, 13261-7005
 
ZIP Code
13261-7005
 
Solicitation Number
GS02P04PWD0040
 
Response Due
2/23/2004
 
Archive Date
3/23/2004
 
Point of Contact
Toni Clark, Contract Specialist, Phone 315-448-0947, Fax 315-448-0929,
 
E-Mail Address
tonil.clark@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
General Services Administration, Upstate New York Service Center, Syracuse, New York, announces an opportunity for Architect/Engineering firms to provide services under multiple Indefinite Delivery-Indefinite Quantity contracts for supplemental A/E services. The contracts awarded will include one (1) base year with four (4) one-year option periods. The contracts are 100% set-aside for small business; the size standard is $4 million or less, based on the annual average gross revenue of a firm having been in business for 3 or more fiscal years. The NAICS code for this procurement is 541310. The maximum dollar value of each contract shall be $750,000 for the base year and each one-year option period, with the total contract amount over five years not to exceed $3,750,000. The anticipated estimated construction contract amount (ECCA) of these projects could vary from $10,000 to $5,000,000, depending on specific design limitations. Firms located in Buffalo, Rochester, Syracuse, Albany, Binghamton, as well as all other areas in upstate New York, are encouraged to respond. The A/E firms selected shall provide: design, construction management and inspection, estimating services, scope development, planning, interior design, environmental studies, feasibility studies, problem analysis, design review, geotechnical testing, quality control testing, lead and/or asbestos sampling, abatement design, air quality monitoring, boundary and topographical surveying, historic sturcture reports, building evaluation reports and other architectural, engineering and technical services. The majority of the work will require architectural, mechanical, electrical and estimator disciplines, but may also require civil, structural, geotechnical, environmental, certified industrial hygienist, fire safety, elevator, acoustical, historic preservationist, construction manager/inspector, surveyor, and other disciplines of specialized experience. The A/E firms selected may also be tasked to perform on-site quality assurance inspection services during construction and may be required to review submittals and change order requests. In addition, the contracts will require compatibility with AutoCAD 2004. 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 2004. If an architectural/engineering interface is used, SoftDesk Architectural and Engineering software is required. Drawings must be usable by GSA standard CAD software without conversion. Drawings must have GSA-approved add-on features that can be directly used, or converted to use, with Office 2000. All drawings shall follow the GSA CAD/CIFM Deliverable Policy. Under the awarded contracts, the government will not indemnify the A/E against liability arising out of asbestos or other hazardous materials; that is, no clause holding the firm harmless will be included in any resulting contract. Consideration of a joint venture partnership will be based on the demonstration of a viable arrangement or interdependency of members and an existing active design production office with it principle place of business being located in one of the areas named. Interested firms may propose services in one or all of the areas named, but must indicate an area of preference in the firm's letter of interest. The A/E will be evaluated in terms of professional qualifications necessary for satisfactory performance of required services, specialized experience, and technical competence for those services the A/E intends to provide. Evaluation factors for the selection of the firms are as follows: (1) Specialized Experience and Technical Competence (25%) -- Experience and ability of the firm and consultants in providing the types of services described above, including repair and alteration work,in the preferred geographic areas. Describe the firm and consultants' sufficiency of staff and interdisciplinary resources available to perform multiple projects concurrently. (2) Past Performance (25%) -- Information relative to past work of the firm and consultants on contracts with work similar in nature as stated in this solicitation and work with government agencies and private industry in terms of cost control, timeliness, and quality of work. (3) Technical Expertise (25%) -- Professional qualifications, state certifications and registrations, education levels of individuals employed by the firms and consultants who will be directly involved in the above-listed services. Identify key personnel and their responsibilities as well as the primary office which will be responsible for the management of the projects. Identify staff assigned to the primary office by discipline and list that office's completed projects. (4) Project Management/Quality Control (20%) -- Briefly describe the capability of the firm and consultants in terms of internal quality assurance and cost control procedures. Indicate effectiveness by listing the planned and actual design duration, client construction budget, design construction estimate, construction award amount and construction change order rate. Describe the firm and consultants' abilities with respect to mobilizing and producing a high-quality design, maintaining good working relationships, working with small repair and alteration projects, meeting schedules, providing accurate cost estimates and tracking/controlling costs. (5) Performance Location (5%) -- Demonstrate that 51% of the services will be accomplished within the geographical areas stated in this solicitation. GSA anticipates that between three (3) and six (6) firm fixed-price, indefinite delivery/indefinite quantity contracts will be awarded as a result of the solicitation. When responding to the announcement, all firms should address their capability with regard to each of the evaluation factors under separate headings. Only top-rated firms which meet the requirements of the solicitation will be recommended for interview, based solely on their written response to this announcement. Architectural or engineering firms wishing to be considered must submit three (3) copies of Standard Form (SF) 254, "Architect-Engineer and Related Services Questionnaire", and Standard Form (SF) 255, "Architect-Engineer and Related Services Questionnaire for Specific Project" to the Contracting Officer named herein. Along with these forms, firms must also submit a letter of interest indentifying this solicitation and geographical area of preference. This is NOT a request for proposal; a listing of firms to be interviewed will be posted on this website. The Contracting Officer must receive the required forms and letter of interest on or before 4:00p.m., February 23, 2004. Facsimile or email submissions will not be accepted or considered. In addition, prospective contractors must also be registered in the Central Contractor Registration (CCR) database (www.ccr.gov) to be eligible for award. All information must be submitted to Toni Clark, Contracting Officer, GSA Upstate NY Service Center (2PMCU), James Hanley Federal Bldg & US Courthouse, 100 South Clinton Street, Room 1350, Syracuse NY 13261. SEE NUMBERED NOTES 1 AND 24.
 
Place of Performance
Address: James Hanley Federal Bldg & US Courthouse, 100 South Clinton Street, Room 1350, Syracuse, NY
Zip Code: 13261
Country: USA
 
Record
SN00508325-W 20040124/040122212813 (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.