Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 17,1998 PSA#2033

General Services Administration, Technical Support Branch West, 1500 East Bannister Road, Kansas City, MO 64131-3088

C -- MULTIPLE AWARD SUPPLEMENTAL A-E CONTRACT FOR STATES OF MISSOURI, KANSAS, NEBRASKA, AND IOWA SOL GS06P98GYD0018 DUE 031698 POC Contract Specialist, Peggy S. Jewett, (816) 823-2266, Contracting Officer(s), Mitchell Akers (816-823-2275), Peggy Jewett (816-823-2266) The following synopsis hereby replaces the synopsis previously published on February 2, 1998. MULTIPLE AWARD SUPPLEMENTAL A/E CONTRACT FOR SOLICITATION GS06P98GYD0018, DUE March 16, 1998. POC Contact, William F. Greene, III, 816/823-2260, or Cy Houston, 816/823-2252, Contracting Officer(s): Peggy Jewett, 816/823-2266 or Mitchell Akers, 816/823-2275. Multiple Award Supplemental A/E Services for the states of Missouri, Kansas, Nebraska, and Iowa. Indefinite Delivery/Indefinite Quantity contract for A/E services for a period of one (1) year with four additional 1-year option periods. The Government intends to award up to six (6) supplemental A/E contracts from this solicitation. Each contract will cover all four states, but will have a primary geographical area. Firms will receive work within their primary area and may also receive work in other parts of the four state region. The primary geographical areas are as follows: 1) Kansas City area: includes the Kansas City metropolitan area, the city of Columbia, Missouri, and the portion of the state of Missouri west of Columbia, and the entire state of Kansas, 2) St. Louis area: includes the St. Louis metropolitan area and the portion of the state of Missouri east of the city of Columbia, Missouri, 3) Lincoln/Omaha area: includes the entire state of Nebraska and the cities of Council Bluffs, Iowa and Sioux City, Iowa, 4) Des Moines area: the entire state of Iowa, excluding the cities of Council Bluffs, Iowa and Sioux City, Iowa. A maximum of two firms/joint ventures may be selected for each of the Kansas City and St. Louis primary areas. One firm/joint venture will be selected for each of the Lincoln/Omaha and Des Moines primary areas. Each offeror shall clearly indicate the primary area(s) for which it wishes to be considered. A firm/joint venture may be considered for multiple primary areas, provided it meets the minimum requirements in each area as stated in this solicitation. Separate submission packages shall be provided for each primary area. The major function of this contract will be the preparation of construction documents for repair and alteration projects in occupied, federally owned or leased office buildings. Prospective projects with their respective estimated construction cost ranges include: Remodel 1st Floor Space, Federal Building & US Courthouse, Cedar Rapids, IA ($250,000 -- $500,000); Replace Roof, NPRC, Overland, MO ($250,000 -- $500,000); Replace Steam Condensate Piping, FRC, Building 101, Overland, MO ($250,000 $500,000); Replace Roof and AHUs, SSA, Scottsbluff, NE ($25,000 -- $100,000); Replace Steam and Cooling Coils, Boiler Burners, FB, USPO & Cthse, North Platte, NE ($250,000 -- $500,000); Energy Management System, US Courthouse, Wichita, KS ($250,000 -- $500,000); Accessibility Modifications and Electrical Improvements, SSA, Topeka, KS ($25,000 -- $100,000); Masonry Restoration, Frank Carlson FB, Topeka, KS ($100,000 -- $250,000); Modernize Restrooms, SSA, Pittsburg, KS ($25,000 -- $100,000). Typical projects may include repair, improvement, and remodeling of building interior space, building systems and features, including but not limited to: interior and exterior finishes, mechanical, plumbing, electrical, structural, firesafety, environmental, elevator/escalator and roofing components/systems. Services to be provided include, but are not limited to: architectural, mechanical, electrical, civil, structural, and cost estimating. Other related services to be provided include: assisting GSA staff engaged in in-house design, scope development, shop drawing review, planning, interior design, design review, construction management and inspection, commissioning, elevator evaluation/design, database creation and management, implementation and maintenance of computer aided facility management systems and various technical studies including, but not limited to: Building Engineering Reports (BER), Historic Building Preservation Plans (HBPP), Prospectus Development Studies (PDS), seismic and structural evaluations, energy studies for design of energy upgrades, fire safety reviews/studies, handicapped accessibility (ADA/UFAS) reviews and roof evaluations. Services may also include: acoustics, security, Courts design, geotechnical testing, surveying (boundary and topographical), landscaping, quality control testing, asbestos sampling, air monitoring, quality checks, hazard assessment, abatement design, preparation of environmental impact assessments, as well as, identification of acceptable design based solutions available for regulated items such as asbestos, PCBs, CFCs, radon, lead-based paint and underground storage tanks, and other various types of testing, monitoring, and quality checks as required to support services provided under this contract. The minimum contract amount to be awarded in the initial contract period (1-year) will be $5,000 per firm/joint venture and a minimum of $5,000 per firm/joint venture for each of the exercised option periods. The maximum amount payable under each contract shall not exceed $1,000,000 per year or any exercised option period. Joint venture or firm/consultant arrangements will be considered and evaluated on a demonstrated interdependence of the members to provide a quality design effort. To be considered under this solicitation, firms/joint ventures must meet and show conformance to the following minimum requirements: 1) Architectural, mechanical, and electrical design office(s) must be located within the primary service area for which the firm is requesting consideration. The design office(s) must be in operation at the time of this solicitation. 2) Services shall be provided under the direction of an Architect or Engineer currently licensed in the area for which the firm/joint venture is applying. All plans, specifications, drawings or reports submitted under this contract will require the personal seal of the Architect or Engineer. 3) Demonstrate the capability to design projects in both English and metric. 4) Demonstrate the ability to comply with the following requirements: Drawings shall be created and submitted in native AutoCAD release 14 format. Drawings created in other CAD programs and then translated into AutoCAD are not acceptable. Specifications, reports, databases, and similar items shall be submitted in native MSOffice 95 format. The firm/joint venture shall update software versions at their own expense at the request of the Government. Selection of firm/joint venture(s) will be based on the following evaluation factors, which are listed in descending order of importance: (1) Project Team: qualifications of firm(s) and relevant work experience as individuals and as a team; (2) Design Management: management plan, scheduling, cost control methods, and production capabilities; (3) Design Ability: evidence of firm's ability to provide innovative design solutions, and efficient designs; (4) Past performance: evidence of cost control, quality of work and compliance with performance schedules on similar projects; (5) Specialized design experience involving asbestos and toxic material abatement, fire safety, elevator, seismic, metric; energy studies, roof consulting capabilities, and building code review; (6) Construction Management and Inspection: Experience and capability in managing and inspecting construction. For projects with an estimated construction cost of $2,000,000 or less, the Government will use the fixed price amounts provided in the Supplemental Architect- Engineer Contract Lookup Table for pricing design work orders over the life of the contract. The Lookup Table shall be incorporated as a mandatory pricing provision. However, the Government may award an individual work order based on level of effort and negotiated hourly rates for other services not provided for under the Lookup Table. When responding to this announcement, offerors should fully address their capability with regard to each of the above stated minimum requirements and evaluation factors. The top ranked firms will be recommended for interviews based on their written response to this announcement. This procurement is not set-aside for small business concerns. In accordance with 15 USC 631 Et. Seq., the A-E will be required to provide the maximum practical opportunities for Small Business concerns and Small Business concerns owned and controlled by socially and economically disadvantaged individuals to participate as subcontractors in the performance of the contract. To be considered, responses to this notice must be delivered NLT 3:00 PM, local time, March 16, 1998 to the General Services Administration, Business Service Center (6ADB), Room 1161, 1500 East Bannister Road, Kansas City, Missouri, 64131-3088. Firms wishing to be considered must submit completed SF-254(s) and SF-255(s) and other pertinent information as required above. A follow-up announcement shall be placed in this publication containing the list of the firms considered to be the most highly qualified. Firms desiring consideration shall submit appropriate data as described in Notes 24 and 25. This is not a request for fee proposal. (0043)

Loren Data Corp. http://www.ld.com (SYN# 0028 19980217\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page