Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2004 FBO #1040
SOURCES SOUGHT

R -- Supplemental Value Engineering Services

Notice Date
9/29/2004
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
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
GS-02P-04-DTD-0056N
 
Description
General Services Administration (GSA), Northeast Caribbean Region, announces an opportunity for Supplemental Value Engineering Services in the State of New York, Northern New Jersey, Puerto Rico, and the Virgin Islands. GSA is SEEKING INTERSTED firms for the purpose of providing Value Engineering Services. Projects for which VE services are required will generally include, but are not restricted to: major design and construction projects of prospectus level ( $2.36 million or greater ), renovation or construction of federal office buildings, courthouses, border stations, data processing facilities, garages and warehouses as well as multi-function facilities. VE studies include, but are not limited to, the following tasks: preparation of independent project cost estimates, project cost estimate reviews, life cycle cost, analysis, value analysis/value management studies of procedures and standards, evaluation and review of design and construction contractors? Change Proposal (VECPs), performance of VE training for Government personnel and other related services. The following represents the technical factors that each firm will be asked to respond to for the Request for Qualifications (RFQ): 1. PROFESSIONAL Capability AND EXPERIENCE [40%] The offeror will identify and detail the academic and professional credentials, including their design and/or construction experience as a background for design review for the type of services, specified in this solicitation. Identify: Abilities, knowledge and experience of the personnel to be utilized in the provision of these services, including key individuals, VE team coordinators, VE team specialists, cost estimators and support staff. Personnel ability and experience in working together to provide required services. Capability and experience with metric system. Knowledge of Government criteria and standards. Knowledge of Local and National codes; The following categories will be addressed: Disciplines: Architectural, Civil, Structural, Mechanical, and Electrical; Specialties: Fire & Life Safety, Security, Seismic, Blast, Accessibility, Cost Estimating, Historic preservation, Elevators, Geotechnical, Telecommunications and Hazard Abatement (asbestos, contaminated soil, lead, PCBs, etc.). 2. Value Engineering Experience [35 %] The firm will submit a description of their value engineering experience during design and construction with alterations and new construction project with budget of 2.35M or greater. Describe degree of complexity of projects and ability to produce workable solutions to control and/or reduce the cost with no adverse impact on scope, schedule and quality. 3. Management & Organization [25%] Describe management approach to performing the work, namely: management plan, and availability and commitment of key personnel, roles of key personnel, security clearances, and organization chart. Describe past successes in attracting expert specialist and strategy for expanding and updating network of specialists. Address the capability and experience in working with eminent design professionals. Discuss sufficiency of staff to provide VE services for 4 projects simultaneously. Describe office equipment that ensures the firm?s Specification Software Compatibility w/GSA Region 2. To assure maximum efficiency of communication, an e-mail address will be maintained by the VE. Following screening of qualifications and performance data, approximately three (3) to five (5) firms will be short-listed for interviews and evaluation. From the interviewed short-listed firms, selection will be made, the result of which will be published. The firm awarded the contract will have the capability to perform most of the VE services with in-house personnel. Contracting for and coordination of the services of consultant specialists on an occasional as- needed basis may be required. Firm/consultant arrangements are not limited to the specialists listed in the Professional Capability and Experience Factor Description. Business firms will be considered and evaluated on the demonstrated ability of the members to provide the required services in an efficient manner with minimum layers of management. Consideration will be limited to business firms having an existing active practice within a seventy-five (75)-mile radical distance from Columbus Circle. The NAICS code for these services is 541330. The size standard for this code is $4, 000,000.00. Therefore, if your firm has a three year average of gross sales/ receipts of $4,000,000.00 or less you are considered a Small Business under this procurement. If you are interested in the project please fax a letter of interest to Ms. Claudia Rivera, Contract Specialist at 212-264-0588 or email to claudia.rivera@gsa.gov or joan.ryan@gsa.gov. Indicate in your letter if you are a Small Business. Please respond by no later than Wednesday, October 6, 2004.
 
Record
SN00684536-W 20041001/040929212520 (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.