Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2007 FBO #1949
SOLICITATION NOTICE

C -- Architect/Engineer Services for State of Louisiana

Notice Date
9/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PMA), 819 Taylor St., Rm. 12B01, Fort Worth, TX, 76102
 
ZIP Code
76102
 
Solicitation Number
GS-07P-06-HH-D-0122
 
Response Due
10/3/2006
 
Point of Contact
Sheri Chaka, Contract Specialist, Phone 817-978-3582, Fax 817-978-2577, - Carolyn Blake, Contracting Officer, Phone 817-978-4661, Fax 817-978-2577,
 
E-Mail Address
sheri.chaka@gsa.gov, carolyn.blake@gsa.gov
 
Small Business Set-Aside
8a Competitive
 
Description
Architectural and Engineering services for the state of Louisiana. Procurement is set aside for 8(a) firms. The North American Industrial Classification System Code applicable to this project is 541310, Architectural Services, and corresponds to SIC Code 8712. Procurement is set-aside for 8(a) firms certified by the Small Business Administration (SBA) Business Development Program. Three (3) copies of the Standard Form 330 and other pertinent information must be received no later than 3:00 PM Central Standard Time on October 3, 2006, from all 8(a) firms desiring consideration. NAICS 541310 Indefinite Delivery Indefinite Quantity contract for supplemental A/E services for a period of one year with four 1-year option periods. Place of Performance: The contract will be for services within the state of Louisiana, which is the primary contract area. On an occasional basis, work may also include locations in the secondary contract area. The secondary contract area consists of the states of Oklahoma, New Mexico, Arkansas, and Texas. The A/E firm selected shall primarily provide: design, construction management and inspection, and estimating services for repair and alteration projects, but may also be required to provide scope development, planning, interior design, environmental studies, feasibility studies, problem analysis, design review, consulting design, construction management for elevator work, geotechnical testing, quality control testing, asbestos and mold sampling, hazard assessment, abatement design, air quality monitoring, boundary and topographical surveying, historic structure reports, building evaluation report and other architectural, engineering, and technical services. The work will require primarily architectural, mechanical, electrical and estimator disciplines, but may also require civil, structural, geotechnical, environmental, certified industrial hygienist, fire/life safety, elevator, acoustical, historic preservationist, construction manager/inspector, surveyor and other disciplines with specialized experience. The minimum guaranteed contract amount is $1,000 for the base year and each of the option years, if exercised. There will be no limit to the amount paid on individual task orders and no limit on project size; however, the total cumulative task order amount shall not exceed $3,000,000 in any one-year contract period. Projects, while there will be no limit on size, will generally involve repairs, alterations, and improvements in connection with existing construction cost. A/E firms will be evaluated in terms of their professional qualifications necessary for satisfactory performance of required services, specialized experience and technical competence in the fields of energy conservation, pollution prevention waste reduction, the use of recovered materials and services regarding asbestos related work. Selection criteria for this acquisition are listed below in descending order of importance: (1) Experience: Experience of the firm and consultants with regard to providing the types of services described above, and with regard to accomplishment of past projects including repair and alteration work. (2) Management and Inspection Capability: Experience and capability of the firm and consultants with respect to complete management and inspection services for projects of the type described above during the construction phase. (3) Technical Ability: Professional qualifications, expertise and education level of individuals employed by the firm and consultants who will be directly involved in providing the above described services and their philosophy concerning the design of repair and alteration work. (4) Management/Organization/Production/Quality Control: Producing a high quality design, maintaining good working relationships, working with repair and alteration projects, meeting schedules, providing accurate cost estimates, and tracking and controlling costs. (5) Geographical Boundaries: Location in the general geographical area of the project and knowledge of locality of the project - Demonstrate that at least 35 percent of the A/E contract services (based on total contract price) will be accomplished within the primary geographical boundaries of the state of Louisiana for the resulting contract. 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. A Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract will result from this solicitation, including profit, overhead and hourly rates for anticipated disciplines and for use in negotiating FFP task orders. A supplemental architect-engineer lookup table for pricing task orders for projects with an estimated construction cost of less than $2,000,000 will be included in the contract. The Government will use the fixed price amount in the lookup table which will be a function of project size, type, and complexity. The lookup table will be provided to the A/E during initial contract negotiations. Firms, when responding to this announcement, should address their capability with regard to each of the evaluation factors listed above, as the top rated firms recommended for interview will be recommended solely on their written response to this announcement. Architectural or engineering firms wishing to be considered must submit three (3) copies of completed Standard Form (SF) 330 and other pertinent information (see FAR 53.236-2(b)). This procurement is being made under the Small Business Competitiveness Demonstration Program. Procurement is set aside for 8(a) firms. The North American Industrial Classification System Code applicable to this project is 541310, Architectural Services, and corresponds to SIC Code 8712. A/E is limited to subcontracting to firms agreed upon and accepted during negotiations. Three copies of the SF 330 and other pertinent information must be received NLT 3:00 PM Central Standard Time on October 3, 2006. Faxed, facsimile, or emailed submittals will NOT be accepted or considered. ***All submittals must clearly identify the Solicitation number (GS-07P-06-HH-D-0122) on the face of the envelope for identification purposes.*** Late submittals will be handled in accordance with FAR 52.215-1. All responsible sources may furnish 3 copies of a submittal, which will be considered. Point of Contact Sheri Chaka, Contract Specialist, (817) 978-3582, sheri.chaka@gsa.gov Email questions to Sheri Chaka at Sheri.Chaka@gsa.gov NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-SEP-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-MAR-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07P-06-HH-D-0122/listing.html)
 
Place of Performance
Address: State of Louisiana
Zip Code: 70150
Country: UNITED STATES
 
Record
SN01260551-F 20070329/070327222705 (fbodaily.com)
 
Source
FedBizOpps 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.