Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2005 FBO #1420
SOLICITATION NOTICE

R -- Construction Inspection Services (CIS)

Notice Date
10/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (1PC), 10 Causeway Street, Boston, MA, 02222-1077
 
ZIP Code
02222-1077
 
Solicitation Number
GS-01P-06-BZD-0002
 
Response Due
11/15/2005
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: Construction Inspection Services (CIS) - Solicitation No. GS-01P-06-BZD-0002 Due: 11/15/2005 POC: Sarah Robinson, Contracting Officer: This solicitation is for an Indefinite Delivery/Indefinite Quantity (IDIQ) for Construction Inspection Services (CIS) (NAICS CODE 541310) (Size Standard $4 Million). It is inticipated that two (2) separate contracts will be awarded. Each contract will include base year plus four (4) unilateral one year options for projects located within the geographic area of the New England Region. The geographic area for one contract will be the Southern New England States of Connecticut, Rhode Island, and Massachusetts but also have the capacity of handling all of New England. The geographic location for the second contract will be for the Northern New England States of Maine, New Hampshire and Vermont, but also have the capacity of handling all of New England. Services will include repair and alteration projects pertaining to both leased and owned construction, services for construction inspection shall include but not be limited to the following: building envelope projects, roofing projects, hazardous materials abatement projects, mechanical, electrical, structural and elevator inspections; expert witnessing services; performance of investigations and testing services, review of proposed systems, materials, and equipment and related documents; estimating field changes and value engineering proposals; maintenance of daily project diary; recommendations of actions to GSA; review of progress payment requisitions and supplementary functions as needed in both Federal Buildings and Leased Space. Some inspections may be required to be performed outside normal working hours. Services will require the ability to work with plans and specifications prepared using the metric system. Services shall require the following disciplines: architectural; civil, structural; mechanical; electrical; and general engineers. CONSIDERATION IS LIMITED TO FIRMS THAT HAVE AN ACTIVE PRODUCTION OFFICE WITHIN ONE OF THE SIX NEW ENGLAND STATES. JOINT VENTURES OR FIRM/CONSULTANT ARRANGEMENTS WILL BE CONSIDERED AND EVALUATED ON A DEMONSTRATED INTERDEPENDENCY OF THE MEMBERS TO PROVIDE QUALITY SERVICES. AT LEAST ONE MEMBER OF ANY PROPOSED JOINT VENTURE MUST HAVE AN ACTIVE PRODUCTION OFFICE WITHIN THE SIX NEW ENGLAND STATES). Respondents must demonstrate capability and a planned approach to perform all contract services within the designated geographical area of consideration. Supplemental information, such as representative examples of prior relevant projects is encouraged. Services as prescribed for each separate project will be firm fixed price. The minimum guarantee for each contract is $5,000. The total cumulative fee is a maximum of $1 Million for each one year period. A separate fee will be negotiated for each delivery order. The fee will be based on the overhead, profit, and employee wage rates established in the master contract. CONTRACTORS WILL BE REQUIRED TO REGISTER WITH THE CENTRAL CONTRACTOR REGISTRATION (CCR) @http://www.ccr.gov, prior to award. Selection will be based on the following evaluation criteria in relative of importance: (1) Organization relative to providing construction inspection services; (2) Qualifications of proposed inspection personnel; (3) Quality Control procedures and reports and reporting structure; and, (4) Facilities and equipment necessary to provide services given proximity to expected service locations. Only one contract will be issued to a particular firm or joint venture. Firms should indicate which contract(s) they wish to be considered for by stating Northern NE or Southern NE in their submittal. Estimated start date is 3/1/06. This is not a request for proposal. Responses (Standard Forms (330?s ORIGINAL and 2 COPIES) must be received at the above address no later than 4:00 P.M. Local Time on 11/15/2005. Submittals shall be placed in sealed envelopes and identified as follows: Solicitation No. GS-01P-06-BZD-0002, ARCHITECT/ENGINEER CONSTRUCTION INSPECTION SERVICES FOR NORTHERN NEW ENGLAND STATES AND ALL OF NEW ENGLAND OR SOUTHERN NEW ENGLAND STATES AND ALL OF NEW ENGLAND. This procurement is a 100% Set-Aside for Small Businesses.
 
Record
SN00916144-W 20051016/051014212231 (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.