|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1997 PSA#1785GSA, PBS, Property Management Division, A-E Contracts Section (WPMODD),
7th & D Streets, SW, Rm 2634, Washington, DC 20407 C -- SUPPLEMENTAL FIRE PROTECTION ENGINEERING DESIGN IN NCR SOL
GS11P97EGD0006 DUE 031497 POC Claire J. Cashwell, Contracting Officer,
(202) 708-8062 Supplemental fire protection engineering services
contract for performance of minor/medium size fire protection
engineering design and related services for studies, surveys, and
design. Contract shall be managed by a fire protection engineering firm
as a prime. The services will be fire protection/life safety in nature
and may require support in the areas of feasibility studies, asbestos
removal design, cost estimating, environmental, mechanical/electrical,
historic preservation, architectural, structural, elevator system
specialties, construction inspection, civil engineering, and review of
shop drawings and A/E designs prepared by other GSA contract
engineers. More than one supplemental contract will be awarded from
this solicitation for a base year with a not to exceed amount of
$600,000.00 and provide for two option years to extend the contract for
a period not to exceed 12 months each of $600,000.00. The total
contract amount for the three years wll be $1,800,000.00 if all options
are exercised. The contract will have a minimum guarantee of $25,000
for the base year. Consideration for the contract will be limited to
firms located within the National Capital Region (NCR). The boundaries
of the GSA/NCR consist of the District of Columbia; Montgomery and
Prince Georges counties in MD; Arlington, Fairfax, Prince William and
Loudon counties in VA; the cities of Alexandria, Falls Church and
Fairfax in VA. There will be no travel premium allowed for all projects
within the NCR. The scope of work includes (1) Studies, (2) Surveys;
(3) Design services; (4) Design, Study and Submittal Reviews; (5)
Analysis and Calculations Related to all Fire Protection and Life
Safety Issues, includng but not limited to Audibility and Egress; and
(6) Risk Analysis utilizing GSA's FPE Tool and other fire modeling
programs. The Government will not idemnify the firm against liability
arising out of the work involving asbestos or other hazardous material.
To qualify for this procurement firms must demonstrate that that the
organization has been a fire protection engineering firm for a minimum
of two years. The firm shall be composed of engineers possessing a
Bachelor of Science degree in fire protection engineering and
licensed/registered fire protection engineers. The evaluation criteria
for selection is as follows: I. DEMONSTRATED ABILITY (25%): A. Design
and Review Abilities (15%) 1. Based on specific examples shown, does
the firm provide well organized, complete and fully coordinated design
documents?; 2. To what extent does the firm have the required
expertise to produce a professional presentation package to include
scopes of work, code constructibility reports, designs, surveys,
analyses and studies?; 3. To what extent does the firm have the
required expertise to review other GSA projects for fire protection
engineering requirements and provide written responses? B.
Responsiveness (10%): 1. Based on project examples and client
contact(s) is the firm responsive to the client's needs and does the
firm complete its work on time?; 2. Does the firm have the capabilities
and manpower for successfully executing services on concurrent
projects? II. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (35%): A.
Individual and Team Experience (35%): 1. To what extent has the firm
been involved in complex egress, audibility, and risk based analyses,
and review of projects for fire protection engineering requirements? 2.
How much experience do the members of the firm have in design services
for fire protection system design. 3. How much experience do the
members of the firm have in working together on the successful
performance of previous projects? 4. How much experience do the members
of the firm have in evaluating complex fire protection engineering
problems and the utilization of fire modeling programs? 5. Does the
firm demonstrate knowledge of both natinal and local codes, ordinances
and regulations? III. ORGANIZATION (20%) A. Firm Size (10%): 1. Does
the firm have sufficient staff and technical resources at its disposal
to undertake this contract based on its present and future work load?
B. Structure of Project Team (10%): 1. Does the team appear to have
the required organizational leadership to be responsive to the
requirements of this contract? 2. To what extent does the team have
background in the technical interface required to successfully
accomplish design engineering services for this contract? IV.
PROFESSIONAL QUALIFICATIONS (15%): A. Indicate key individual
experience and professional experience for as a minimum project
management(including the project manager), fire protection and life
safety, mechanical, electrical, structural, civil, historic
preservation, elevators, architectural, cost estimation, environmental
and hazardous material disposal. V. METRIC (5%): A. What experience do
the principals and key individuals have in their use and knowledge of
metric unit measures? List specific projects. Each member of the team
will be required to provide at least two project examples as part of
their proposal which include drawings and summary of the project
scope/objectives. All drawings, project examples shall be positioned
within the perimeter of 8 1/2" X 11". All proposals shall be in an 8
1/2" X" binder presentation format. The firm shall also submit a
complete list of all fire protection design systems completed in the
last two years (in addition to the information indicated on the SF
254). The firm shall provide for each job on the project list the
following: (a) The name, address and phone number of client contact(s);
(b) summary of the project. Firms having the capabilities to perform
the services described in this announcement are invited to respond by
submitting current, completed, and signed SF 254s (for firm and joint
ventures and consultants), which must be dated no more than six (6)
months before the date of this synopsis, and a SF 255 along with a
letter of interest identifying the procurement by solicitation number.
In Block 8 of the SF 254 specify only current payroll personnel of
each firm. Contract employees shall be indicated in Block 6 on Line A
of the SF 255. Each SF 255 in Block 8 shall include an abstract of
project examples as similar in nature to the project as possible, bound
in a 21.6cm (8 1/2") X 27.9m (11") format. If selected for an
interview, each fire protection firm shall present at least two (2)
project examples including drawings and specifications, final cost
estimate indicating original budget, a summary of the project scope and
objectives and the name, address and phone number of client contacts.
In Block 10 of the SF 255 include as the last entry the following
certification, "I hereby certify the firm (or joint veuture) and
consultants listed for this project meet the geographical limitations
stated in the CBD announcement of this solicitation and all personnel
listed on the SF 254 are current W-2 payroll personnel of the listed
firms". Submissions shall be forewarded to the General Services
Administration, 7th & D Streets, S.LW., Bid Room 1718, Washington, D.
C. by 3:30 p.m. Local Time on the due date ofthis notice. The following
information MUST be on the outside of the sealed envelope, (1)
Solicitation Number/Title, (2) Due Date, and (3) Closing Time. Late
responses are subject to FAR provision 52.215-10. This procurement is
being made under the Small Business Competitiveness Demonstration
Program. This procurement is open to small and large business concerns.
In addtion to submitting the SF 254 and SF 255, the fire protection
firm (if not small business-size standard $2,250,000 gross annual
average over 3 years) shall be required to present an aggressive and
acceptable Small Business and Small Disadvantaged Business
Subcontracting Plan ihn accordance with Public Law 95-507. Large
businesses are required to consider small, small disadvantaged and
women-owned small businesses as consultants in meeting the goals of the
subcontracting requirements. Small, small disadvantaged and women-owned
small business firms are encouraged to participate as prime contractors
or as members of joint ventures with other small business. All
interested large businesses are reminded that the successful firm will
be expected to place subcontracts to the maximum practical extent
possible with small, small disadvantaged and women-owned small
businesses as part of their original submitted teams, in accordance
with the provisions of Public Law 95-507. THIS IS NOT A REQUEST FOR
PROPOSAL. (0044) Loren Data Corp. http://www.ld.com (SYN# 0021 19970219\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|