Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1997 PSA#1785

GSA, 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