Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2005 FBO #1353
SOLICITATION NOTICE

C -- SOLICITATION OF FIRMS FOR POTENTIAL FIXED PRICE CONTRACTS FOR A/E SERVICES IN DESIGN OF BUILDING REPAIR AND ALTERATION PROJECTS BELOW $2 MILLION ESTIMATED CONSTRUCTION COSTS IN THE STATE OF HAWAII

Notice Date
8/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Desert Service Center, San Diego Office (9PDE), 401 West A Street, Suite 2075, San Diego, CA, 92101
 
ZIP Code
92101
 
Solicitation Number
9PDC050083
 
Response Due
9/6/2005
 
Archive Date
9/7/2005
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION OF FIRMS FOR POTENTIAL FIXED PRICE CONTRACTS FOR A/E SERVICES IN DESIGN OF BUILDING REPAIR AND ALTERATION PROJECTS BELOW $2 MILLION ESTIMATED CONSTRUCTION COSTS IN THE STATE OF HAWAII, GUAM, SAIPAN, AMERICAN SAMOA, AND NORTHERN MARIANA ISLANDS. 1. CONTRACT INFORMATION: The work may involve programming, space planning, conceptual design, design development, construction drawings and/or coordination, drafting, planning/feasibility studies, estimating and site investigation. All work must be done by or under the direct supervision of licensed professional engineers or architects. The intent of this announcement is to gather responses from firms interested in performing work for the General Services Administration, San Diego Service Center, San Diego, CA. This list of firms will be used through October 1, 2006, or until the next synopsis is posted. Qualified firms will be selected as the project need arises. Contract awards will be made on a project-by-project basis. There is no guaranteed minimum quantity of work the Government agrees to order. This is not a Request for Proposal. Design fees will vary based upon specific project. The maximum contract award amount per project is $100,000. 2. PROJECT INFORMATION: Repair and alteration projects will typically involve tenant improvement build-outs for office and storage space, updating and planning maintenance modifications, and safety/security system upgrades and retrofits. Specialized in-house or associated consultants in areas such as the following are encouraged to apply: Program Development, Space Planning, Design Intent Drawing Development, Construction Cost Estimating, Roofing Inspection, Masonry Repair, Fire Alarms, Elevators, Security Systems, Environmental Testing, Structural Analysis (including Seismic), Industrial Hygiene and electrical systems. There will typically be interface with local building codes, state historical requirements, and safety/security requirements. Contracts may require full site investigation, forensic surveys, and completion of construction drawings and services during project construction phase. Including shop drawing reviews, responses to RFI, cost estimates, review of modifications, etc. 3. SELECTION CRITERIA: When a project requirement arises, and following an initial evaluation of the qualification and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. Selection criteria in descending order of importance are as follows: (a) Specialized Experience and Technical Competence: The selected firm(s) must demonstrate experience in Program Development, Space Planning, Design Intent Drawing Development, Construction Cost Estimating, storage facilities, building mechanical systems, building electrical systems or grounds maintenance and renovation (such as repaving projects for access roads and parking lots). It must demonstrate experience within the last two years in those areas for which they apply. (b) Professional Qualifications: These types of projects may require expertise in the disciplines of architecture, electrical, mechanical, civil and structural engineering, cost estimating, fire protection and environmental remediation. (c) Firms must show adequate capacity to design a project with construction costs of $2 million within a 60-day period. (d) Have full office facilities in geographic proximity to work site. (e) Demonstrated past performance with respect to cost control, quality of work and compliance with performance schedules. (f) Success in using recovered materials, waste reduction and energy efficiency. 4. SUBMITTAL REQUIREMENTS: (a) Architect-Engineer firms which meet the requirements described in this announcement are invited to submit: (1) Part II of a Standard Form 330, Architect-Engineer Qualifications (6/2004), and (2) any requested supplemental data to the procurement office shown. Part I of SF 330 will be requested as needed when a project requirement arises. An electronic version of the SF 330 form is available at (www.gsa.gov/forms) by number SF 330. (b) Fax responses will not be accepted. If not received by the due date specified above, firms may provide submittal packages to Heather Caney, Contract Specialist, at the address listed below throughout the year or until the next announcement for this project is posted. Responding firms must submit a current and accurate SF 330 for themselves and each proposed consultant, and must be provided for the specific office proposed to do the work. This procurement is set aside for Small Business Concerns under NAICS code 541310 in accordance with the Small Business Competitive Demonstration Program. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $4.0 million. Indicate in your submittal if your firm is a Large, Small, Small Disadvantaged ,Woman-Owned, or Service-Disabled Veteran Owned business. (c) Solicitation packages are not provided for A/E contracts. This is not a Request for Proposal.
 
Place of Performance
Address: HAWAII, GUAM, SAIPAN, AMERICAN SAMOA, NORTHERN MARIANA ISLANDS
 
Record
SN00865552-W 20050810/050808213319 (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.