SOLICITATION NOTICE
C -- Architectectural-Engineering Services
- Notice Date
- 4/30/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Development Division (4PCB), 401 West Peachtree Street, Atlanta, GA, 30308
- ZIP Code
- 30308
- Solicitation Number
- GS-04P-02-EXC-0038
- Response Due
- 6/20/2002
- Archive Date
- 7/5/2002
- Point of Contact
- Denise Norton, Contracting Officer, Phone (404) 331-4627, Fax (404) 730-2309, - Denise Norton, Contracting Officer, Phone (404) 331-4627, Fax (404) 730-2309,
- E-Mail Address
-
denise.norton@gsa.gov, denise.norton@gsa.gov
- Description
- Architect Engineer Services Solicitation # GS-04P-02-EXC-0038_FOR NASHVILLE, TENNESSEE FEDERAL COURTHOUSE The General Services Administration (GSA) announces an opportunity for Design Excellence in public architecture. Architectural-Engineering services are required for the design for a new United States Federal Courthouse to be constructed in Nashville, Tennessee in accordance with GSA quality standards and requirements. The building is approximately 30 192 gross square meters (324,982 gross square feet) without parking, and approximately 36 510 gross square meters (392,982 gross square feet) including 170 interior parking spaces. The proposed courthouse will provide a total of ten (10) courtrooms, seven (7) district and three (3) magistrate courtrooms. The building will house the District and Magistrate Courts, U.S. Attorney, U.S. Marshal Service, The Circuit Satellite Library, U.S. Probation, U.S. Pretrial Service, and GSA. The proposed facility will be constructed in Nashville, Tennessee with the exact site still to be determined. The Estimated Construction Cost range is approximately $70,000,000 to $80,000,000. The facility will be designed in metric units. The scope of work will require at a minimum: metric construction drawings, specifications, cost estimates, schedules, value engineering services, life cycle costing, space planning, computer-aided design and drafting (CADD) and post construction contract services (PCCS option to be exercised at a later date) for a facility that includes the construction of a new building and related systems, inside parking, site development, client program requirements, and sustainable features. The facility must be designed to meet the energy goal established by GSA. The building is also to include the GSA design standards for secure facilities, Facilities Standards for the Public Buildings Service, the Courts Design Guide requirements, the United States Marshals design requirements, the United States Attorney?s Office design requirements, and any other agency specific guidelines as part of the design. The project may be delivered using the Construction Manager as Constructor (CMc) also referred to as CM at Risk approach. The CMc will be involved in the design process to provide: construction expertise, estimating and cost information, and functionality and constructability reviews. The CMc may continue with construction by separately procuring subcontracts for construction. This is a Request for Qualifications (RFQ) of A/E Firms/Lead Designers interested in contracting for this work. The A/E firm as used in this RFQ is a firm, association, joint venture, partnership or other entity that will have contractual responsibility for the project design. The Lead Designer is the individual or design studio that will have primary responsibility to conceive the design concept and the building?s architecture. The A/E Firm must address the contractual relationship with the Lead Designer and its ability to manage the design and production of construction documents. The Lead Designer will also be involved in selection of an artist and development of artwork with the architecture. In developing the project team, the A/E Firms are advised that at least 35% of the level of contract effort must be performed within the state of Tennessee. The office(s) meeting this 35% (minimum) requirement must have an active production office within the state of Tennessee established at least 90 days prior to the date of this announcement. For Stage II, as a member of the A/E team, the Architect of Record must be licensed in the State of Tennessee. The required license must be in place at all times during the selection process. The A/E selection will be completed in two stages as follows: In Stage I, interested firms will submit portfolios of accomplishment that establish the design capabilities of the A/E Firm and its Lead Designer. All documentation will be in an 8 1/2 x 11 format. The portfolio should include the following: a cover letter referencing the FedBizOpps announcement and briefly describing the firm and its location, organizational makeup, and noteworthy accomplishments; and modified Standard Form 254 (Architect-Engineer and Related Services Questionnaire) and Standard Form 255 (Architect-Engineer and Related Services Questionnaire for Specific Project). Identification of consultants is not required or desired at this stage. Submission requirements and evaluation criteria: For Stage I, Past Performance on Design (35%): The A/E Firm will submit graphics (maximum of three pages per project) of not more than five new construction projects completed in the last ten years. The narrative (maximum of two pages per project) shall address the design approach with salient features for each project and discuss how the client?s program, functional, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Provide a client reference contact for each project, including name, title, address, phone, and fax numbers. A portion of one page presented for each project must include a representative floor plan and either a site plan or a building section. (2) Philosophy and Design Intent (20%): In the Lead Designer?s words, (maximum of two typewritten pages) state his/her overall design philosophy and approach to the challenge of public architecture, issues, and parameters that may apply in creating a state-of-the-art courthouse. (3) Lead Designer Profile (15%): Submit a biographical sketch (maximum of three pages) including education, professional experience, recognition for design efforts inclusive of examples. Identify and describe areas of responsibility and commitment to each project. (4) Lead Designer Portfolio (30%): Submit a portfolio representative of the Lead Designer?s ability to provide design excellence. Submit graphics (maximum of three pages per project) and a typewritten description (maximum of two pages per project) of up to three new construction projects completed in the last ten years. The narrative shall address the design philosophy with salient features for each project and discuss how the client?s program, functional, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Where there is duplication with criteria (1), the Lead Designer will address his/her participation in the project. An A/E Evaluation Board consisting of private-sector peers, and representatives of the client and GSA will evaluate the submissions. The Board will establish a short-list of three to six firms. For Stage II, the short-listed firms will be notified and asked to submit more detailed information indicating each member of the design team, including all outside consultants. The firms will be required to complete Standard Forms 254 and 255 that reflect the entire design team. The Government will establish the detailed evaluation criteria and the date these submittals are due and provide the selection criteria for the interviews along with the Stage I short-list announcement. Sufficient time will be provided for the A/E Firm/Lead Designer to establish its team. The Board will interview each team. Candidates should be prepared to discuss all aspects of the criteria indicated above and to demonstrate their ability to fulfill all project requirements. Emphasis will be placed on the unique aspects of the project, design philosophy, possible approaches in carrying out the project, and project management. The Stage II evaluations will culminate with an interview with the A/E Evaluation Board. Stage II rankings will be used in conjunction with Stage I rankings to determine the firm that will be selected. For Stage I Submittals: A PRE-SUBMITTAL MEETING will be held May 29th at 10:00 AM at the Renaissance, 611 Commerce Street, Nashville, TN. For additional information call, 630 416-4329. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting a SF-254 (for the A/E Design Firm), which must be dated not more than twelve (12) months before the date of this synopsis, and a SF-255 (for the ?A/E Design Firm?) along with letter of interest TO: General Services Administration, 401 West Peachtree Street NW, Suite 2500, by 3:00 PM local time on June 20, 2002. The government requires three (3) copies of each submittal. Please address submission to the attention of Ms. Denise Norton (4PCC) , 404-331-4627, Contracting Officer. 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 F.A.R. 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 Design Firm MUST respond to the FOUR (4) EVALUATION CRITERIA stated in the FedBizOpps announcement for this STAGE I Solicitation. In Block 11 of the SF-255, the A/E Design Firm MUST sign, name, title and date the submittal. This procurement is being made under the Small Business Competitiveness Demonstration Program F.A.R. 52-219-19. This procurement is open to small and large business concerns. Before award of the contract, the A/E (if not a small business of $2,500,000 gross average over three years) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. Small, small disadvantaged, and women-owned firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small and disadvantaged firms as part of their ORIGINAL SUBMITTED TEAMS. Contract will be procured under the Brooks Act and FAR Part 36. This is not a Request for Proposal.
- Place of Performance
- Address: Nashville, Tennessee
- Country: United States
- Country: United States
- Record
- SN00069071-W 20020502/020430213527 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |