Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 27,1998 PSA#2145

GSA, PBS, NCR, Property Development Division (WPC), Room 2002, 7th & D Streets, SW, Washington, DC 20407

C -- SUPPLEMENTAL A-E SERVICES FOR THE NATIONAL ARCHIVES AND RECORDS ADMINISTRATION (NARA), NATIONWIDE SOL NAMA-98N-0P-0026 DUE 091098 POC Marv Shenkler (301) 713-7386 x239, Ronald C. Noll (202) 708-8065, Contracting Officer WEB: SUPPLEMENTAL A-E SERVICES FOR THE NATIONAL ARCHIVES, http://www.gsa.gov/regions/r11/wpc/wpc.htm. E-MAIL: SUPPLEMENTAL A-E SERVICES FOR THE NATIONAL ARCHIVES, Ronald.Noll@gsa.gov. Supplemental Architect-Engineer Services for the National Archives and Records Administration (NARA) Nationwide. This procurement will establish an Indefinite Quantity Contract to provide design and related services for NARA facilities nationwide. This contract is national in scope, supporting all existing and future NARA facilities including Presidential Libraries, Regional Archives, National Records Centers, the National Archives Building, Archives II, etc. Services may be required at any time during a project's development and delivery e.g. planning, design, construction, and operations turnover phases. Services required may include: planning phase feasibility studies, building assessment reports, design programming, design, interior space planning, cost modeling/analyses, code and owner's design review, value engineering management, post construction contract services (PCCS), record drawings, constructibility design review, construction inspections and tests oversight and post occupancy evaluations. The A-E Firm shall be able to provide any level of design and related services. The Government has determined the following disciplines and/or consultants to be required: Architectural, Civil, Structural, Mechanical, Electrical, Geotechnical, Interior Design, Laboratories, Food Service, Space Planning, Exhibit Design, Historic Preservation, Fire Protection and Life Safety, Hazard Materials, Security, Communications, Lighting, Acoustics, Cost Estimating, Elevators, Roofing, Landscaping, Construction Management, and Testing/Inspection Services. Since NARA facilities are nationwide, the A-E Firm must be able to address resource availability nationwide. Joint ventures and extensive use of consultants is anticipated to be required to provide the necessary coverage. One A-E contract will be awarded. All services will be procured through the issuance of individual Work/Delivery Orders, each defined by a separate scope of work. The term of the contract(s) shall be for a one (1) Base Year Period, followed by four (4) one-year Option Periods, not to exceed $1,500,000 for each Period, for an aggregate dollar value of $7,500,000. Consideration for this contract will be within the National Capital Region, MD and VA. NARA is currently in the process of procuring Construction Management/Design Build (CM/DB) services under a separate contract for their facilities nationwide. For those projects where the CM/DB will act as a CM as agent for the Government this A/E will provide complete design services. For those projects where the CM/DB will act in the capacity of a DB this A-E will provide design review, code reviews, cost estimating, construction inspection and any other service required by the Contracting Officer or his duly authorized representative. The Evaluation Criteria for selection are as follows: I. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (30%) A. Compatibility of the Firm's previous experience to the type of work required herein. -- (10%) B. Do the proposed team members have experience with similar facilities -- (10%) C. Does the proposed team members have experience with historic occupied facilities? -- (10%) II. CAPABILITIES OF FIRM (30%) A. Does the location of team offices, have sufficiency of staff and technical resources available, not committed to other contracts, to undertake this contract? -- (10%) B. Does the firm have the required organization and leadership to be responsive to the contract requirements and possess the ability to coordinate team work among different offices? -- (10%) C. Does the team have background to integrate current technologies, involving: architectural, civil, structural, mechanical, electrical, interior, court planning, laboratories, food service, space planning, historic preservation, fire protection and life safety, hazardous materials, security, communications, lighting, acoustics, elevators, roofing, and landscaping? -- (5%) D. Does the firm demonstrate a pro-active effort to achieve the stated subcontracting goals with respect to the level of small, small disadvantaged, and small women-owned business concern participation in the performance of the contract? -- (5%) III. PROFESSIONAL QUALIFICATIONS (30%) A. Does the proposed team commit the relevant key individuals in each discipline area to the NARA program? -- (10%) B. Does the proposed team have the requisite professional qualifications and experience with the types of facilities envisioned required by this contract- (20%) IV. PAST PERFORMANCE (10%) A. Based on the examples, is the team responsive to the client's needs and does the team comply with performance schedules? -- (5%) B. Do the examples submitted by the team indicate cost effective design, effective cost control and an in-place Quality Control Program? -- (5%) 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. Firms having the capabilities to perform the services described in this announcementare invited to respond by submitting 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 a (ONE COPY) SF-255 along with letter of interest to: General Services Administration, NCR, 7th and D Streets, SW, Bid Room 1065, Washington, DC 20407, by 3:30 PM local time on the due date of this notice. 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. In Block 11 of the SF-255, the A-E Firm MUST sign, name, title and date the submittal. 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. Large business firms are reminded that 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 (if not a Small Business of $2,500,000 gross average over three years for SIC 8711/8712) 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 1998 subcontracting goals of 37% for small businesses, 12% for small disadvantaged businesses and 5% for small women-owned businesses. Award of this Master Contract and Work/Delivery Orders are contingent upon funding approval. Contract procured under the Brooks Act and FAR 36. This is not a Request for Proposal. Posted 07/23/98 (W-SN227757). (0204)

Loren Data Corp. http://www.ld.com (SYN# 0026 19980727\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page