Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,2000 PSA#2663

General Services Administration, Public Buildings Service (PBS), Property Development Division (2PCB), 26 Federal Plaza, Room 1639, New York, NY, 10278

R -- CONSTRUCTION MANAGEMENT SOL GS02P00DTD0014 DUE 082400 POC Hester Harper, Contracting Officer, Phone (212) 264-2551, Fax (212) 264-0588, Email hester.harper@gsa.gov -- Hester Harper, Contracting Officer, Phone (212) 264-2551, Fax (212) 264-0588, Email hester.harper@gsa.gov WEB: Visit this URL for the latest information about this, http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=GS02P00DTD0014&LocID=54. E-MAIL: Hester Harper, hester.harper@gsa.gov. SUBMIT A LETTER TO GENERAL SERVICES ADMINISTRATION, 26 FEDERAL PLAZA, NEW YORK, NY 10278, ROOM 1639, ATTENTION: HESTER HARPER, OR E-MAIL ME AT hester.harper@gsa.gov, EXPRESSING INTEREST IN RECEIVING A COPY OF THE STATEMENT OF WORK. PLEASE INDICATE YOUR BUSINESS SIZE IN ACCORDANCE WITH THE DEFINITION BELOW. The General Services Administration (GSA) seeks a firm with management experience in design and construction to provide services for design phase review, project administration management, and quality control. Supplemental Construction Management (CM) services on an as needed basis for a term of one year under a firm fixed price indefinite quantity contract, for projects located in Metropolitan New York, (Boroughs of Bronx, Brooklyn, Manhattan, Queens, Staten Island and the Counties of Nassau, Suffolk, Rockland and Westchester) and New Jersey (Counties of Bergen, Essex, Union, Morris, Passiac, Hudson, Middlesex, and Monmouth. The contract will contain four unilateral one-year renewal options. The total aggregate maximum order limitation shall not exceed $750,000.00 during the base period or any option year. GSA is seeking a firm with qualifications and experience in managing design and construction projects for 1.5 Million dollars or more. All services shall be performed under the direction and supervision of professional architects and/or engineers. Services shall include, but not be limited to, investigations, building evaluation reports, testing services, and prospectus development studies. In addition, primary design management will include but will not be limited to review of design documents including design development and working drawings for constructability, and participating in value engineering. During construction, services will include project coordination and reporting, cost and schedule control, review of submittals, testing services, contract administration including inspection for conformance with design and specifications, change order administration, claims analysis and litigation support, and other contract quality assurance functions. Selection will be based on the following three evaluation criteria: (I) CONSTRUCTION MANAEMENT INCLUDING DESIGN REVIEW EXPERIENCE (55%) -- Background with respect to design and construction management for the types of contracts and services specified in this solicitation. Relevant experience with Federal agencies and knowledge of applicable Government regulations; local area experience; energy conservation; hazardous material abatement; handicapped accessibility; fire and life safety; sustainable (green) design and construction; and demonstrated ability to render professional services in a responsible manner to further the client's interest. (II) PROJECT TEAM (25%) -- Education & background qualifications, professional licenses, and affiliations of principal team members. The team's demonstrated ability of working together to provide similar relevant services to public and private sector clients (with references). (III) MANAGEMENT & ORGANIZATION (20%) -- Management approach to performing the work. The firm (and its consultants') capability of staffing the project with qualified personnel in relation to its current workload, ability to effectively respond to workload fluctuations and to accomplish within established schedules. Ability to provide qualified employees from within their existing full time staff. Demonstrated continuity of personnel assigned to projects from beginning to end. Adequacy of support facilities. Consideration will be limited to firms with an active office within the geographic area located in Metropolitan New York, (Boroughs of Bronx, Brooklyn, Manhattan, Queens, Staten Island and the Counties of Nassau, Suffolk, Rockland and Westchester) and New Jersey (Counties of Bergen, Essex, Union, Morris, Passiac, Hudson, Middlesex, and Monmouth). The successful offeror will be required to properly staff offices at the job sites of the larger projects for the duration of the construction phase. A joint venture firm/consultant arrangement(s) will be considered and evaluated by the demonstrated interdependence of the members and ability to provide quality design and construction management services. At least one key member in any proposed joint venture must have an existing active office within the stated geographic limits. CM firms must indicate their ability to comply with the area of consideration required as part of their response to this notification. Small and Minority Businesses are encouraged to participate. This procurement will be open to both large and small business concerns and is being issued under the Small Business Competitiveness Demonstration Program. In accordance with Public Law 95-507, the selected CM will be required to provide maximum practicable opportunities for Small Business Concerns and Small Disadvantaged Business Concerns owned and con trolled by socially and economical disadvantaged individual to participate as subcontractors in the performance of this contract. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established subcontracting goals of 32 percent for Small Business, 6 percent for Small Disadvantaged Business, and 3 percent for Women-Owned Small Business, and 0.5 percent HUBZone Small. In support of the agency efforts, firms seeking consideration for this contract should provide maximum practicable subcontracting opportunities for small, small disadvantaged, and small women-owned business. The use of subcontractors/consultants shown on submitted SF254's would be reflected in a Small Business subcontracting plan included in the contract. Firms must also provide a brief written narrative of outreach efforts made to utilize Small, Small Disadvantaged, and Women-Owned Business. The narrative shall not exceed one type written page. An acceptable subcontracting plan will be a preaward submission requirement of the selected firm, and must be agreed upon before contract award. Small businesses are not subject to this requirement. The size standard for a Small Business Concern under this announcement is a concern, including its affiliates having an average annual sales receipt for its preceding three fiscal years not in excess of $4,000,000.00. Scope of services and draft contract will be furnished to all firms being interviewed. The CM selected will be required to submit preliminary salary rates and overhead rate(s) to the Contracting Officer within 14 calendar days of selection notification. The CM firm must submit a statement of the current workload of the firm and detailed information concerning several selected projects which demonstrate the firm's ability to provide similar relevant services as required by the THREE evaluation criteria above. A shortlist of the top firms (at least 3), based on the above criteria will be notified for interviews from which a final selection will be made. Posted 08/10/00 (D-SN484463). (0223)

Loren Data Corp. http://www.ld.com (SYN# 0099 20000814\R-0011.SOL)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |


Created on August 11, 2000 by Loren Data Corp. -- info@ld.com