Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2007 FBO #2090
SOLICITATION NOTICE

C -- A/E DESIGN SERVICES, NEW U.S. BORDER STATION, JACKMAN, MAINE

Notice Date
6/30/2000
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Technical Support Division (1PC), 10 Causeway Street, Boston, MA 02222-1077
 
ZIP Code
02222-1077
 
Solicitation Number
GS-01P-00-BZC-0013
 
Response Due
8/8/2000
 
Point of Contact
Peter Menzies, Contracting Officer, Phone (617) 565-5733, Fax (617) 565-5967, Email peter.menzies@gsa.gov - Peter Menzies, Contracting Officer, Phone (617) 565-5733, Fax (617) 565-5967, Email peter.menzies@gsa.gov
 
E-Mail Address
Peter Menzies
(peter.menzies@gsa.gov)
 
Description
The General Services Administration (GSA) is seeking Architect-Engineer (A-E) Services for the construction of a New U. S. Border Station to replace the existing facility in Jackman, Maine. It will be constructed on approximately 2.3 acres of land, using the site of the existing station, which will be demolished. Temporary inspection facilities will be set up during construction. In addition to a new main port building, there will be an agency vehicle garage, two primary inspection lanes and booths for non-commercial traffic, one inspection lane and booth for commercial traffic, non-commercial secondary inspection area with two additional lanes, an outbound inspection area and a GSA maintenance facility. The total gross area for all the buildings in the new complex is 2,233 SM (24,024 SF). There will be eight interior, and 16 exterior, parking spaces. Tenants for this facility will be U. S. Customs Service, Immigration and Naturalization Service, and U.S. Department of Agriculture. This project shall be designed in metric units. The construction contract will have a base contract for those elements of work that can be executed within the Congressionally mandated cost limitation, and contract options, alternates or line items for those elements of work that may be funded from other sources. The A-E firm as used in this solicitation may be a partnership, corporation, association or other entity that will have contractual responsibility for the project design. The A-E firm and all applicable consultants must be licensed to practice their specialty (architecture/engineering) in the state of Maine. The estimated construction cost of this project is in the range of $5,000,000 - $10,000,000. The A/E fee for design services shall be within the 6% statutory limitation based on the government construction estimate at the time of negotiation. Services required include, but are not limited to: planning phase feasibility studies including construction phasing and swing space design, design programming, design, cost estimating/analyses, code review, value engineering management, post construction contract services (PCCS) (Option), record drawings, construction management, administration and inspections (Option), testing oversight and review, building turnover coordination, post occupancy evaluations and any other services deemed necessary to provide for a completely functional facility. The Government has determined that the following disciplines and/or consultants are required: Architectural, Civil, Structural, Mechanical, Electrical, Fire Protection and Life Safety, Hazard Materials, Lighting, Cost Estimating, Elevators, Roofing, Construction management and administration, testing, and inspection services. Consideration is limited to firms having an active design/production office located within the New England Region, CT, MA, ME, NH, RI, VT. At least one member for the contract will be New England wide. The selected A-E must have a production office within the six New England states. The Evaluation Criteria for selection are as follows: (1) EXPERIENCE: (25% weight factor), Past projects demonstrate creativity in applying innovative engineering design approaches, energy conservation, sustainable design principles (building green), and indicate an integrated HVAC design excellence strategy, and demonstrate creativity in interior design. Projects have received awards/recognition for design excellence. Past experience by the Team shall include projects of new building construction similar in complexity and size. (2) TEAM'S PROFESSIONAL QUALIFICATIONS/EXPERIENCE (25% weight factor), Individual key persons have appropriate qualifications and experience to bring a level of excellence to all aspects of this project. Project team/consultants demonstrate an approach that endeavors to provide a well managed and coordinated design effort. Project Manager proposed has the leadership and experience to be responsive to the requirements of this project. (3) ORGANIZATION (25% weight factor), Firms ability to meet/work within constrictive time frames. Office production methods/technology, familiarity with metric document production. The proposed team has previous experience working together. The firm's commitment to project requirements/opportunities available for small, minority, and woman owned businesses. The team indicates a clear commitment to performing a significant portion of the project design/construction documents in New England. The team proposed demonstrates an approach to project accomplishment that will effect an efficiently executed and well coordinated project. (4) QUALITY AND COST CONTROL (25% weight factor), Ability to evaluate/develop accurate preliminary project budgets; ability to control project costs during design process; methods used to coordinate construction documents, work of various engineering disciplines, and provide general production quality control. If selected for an interview, the A-E Firm shall be prepared to discuss all aspects of the Evaluation Criteria indicated above and to demonstrate the ability to fulfill all contract requirements. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 19.10). Small, small disadvantaged and small women-owned firms are strongly encouraged to participate. The successful firm will be expected to place subcontracts to the maximum practical extent with small, small disadvantaged and small woman-owned firms as part of their original submitted team. Before award of the contract, the A-E shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration, Public Buildings Service has established for fiscal 2000 subcontracting goals of 42% for small businesses, 5% for small disadvantaged businesses, 5% for small women-owned businesses and 1.5% HUBZone small business concerns. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting THREE completed SF-254's (for firm, joint ventures, and consultants), which must be dated not more than twelve (12) months before the date of this synopsis, and (THREE COPIES) SF-255 along with letter of interest to: General Services Administration, New England Region, T.P. O'Neill Jr. Federal Building room #975, 10 Causeway Street Boston, MA 02222-1077, by DATE: 08/08/00, TIME: 2:30 PM local time. The following information MUST be on the outside of the sealed envelope 1) Solicitation Number/Title, 2) Due Date, 3) Closing Time. Late responses are subject to FAR Provision 52.214-7. In Block 8 of the SF-254 specify only current W-2 payroll (non-contract) personnel of each firm. In Block 10 of the SF-255, the A-E Firm MUST respond to the FOUR (4) EVALUATED CRITERIA stated in the CBD announcement for this solicitation (all elements within each evaluation factor should be addressed in order to receive maximum consideration). In Block 11 of the SF-255, the A-E Firm MUST sign, (name and title) and date the submittal. Award of this contract is contingent upon funding approval. This contract is being procured under the Brooks Act and FAR 36. This is not a Request for Proposal. Please include the business size status for your firm as well as each consultant. Point of Contact Peter J. Menzies, Contracting Officer/Project Manager, Phone (617) 565-5733, Fax (617) 565-5967, Email peter.menzies@gsa.gov NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-JUN-2000). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-AUG-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/1PC/GS-01P-00-BZC-0013/listing.html)
 
Record
SN01374318-F 20070817/070815230118 (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.