Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2002 FBO #0291
SOLICITATION NOTICE

C -- C - ARCHITECTURAL-ENGINEERING DESIGN SERVICES FOR NEW COURTHOUSE BUILDING in MOBILE, AL

Notice Date
8/30/2001
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (4PCB), 401 West Peachtree Street, Atlanta, GA, 30365
 
ZIP Code
30308
 
Solicitation Number
GS-04P-01-EXC-0042
 
Response Due
10/26/2001
 
Point of Contact
D. Jean Clark, Contracting Officer, Phone (404) 331-5484, Fax (404) 730-9643,
 
E-Mail Address
jean.clark@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
s Office design requirements, and any other agency specific guidelines as part of the design. This is a Request for Qualifications (RFQ) of A/E Firms/Lead Designers interested in contracting of 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. 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 states of Alabama, Florida, Georgia, or Mississippi. THE OFFICE/S MEETING THIS 35% REQUIREMENT MUST HAVE AN ACTIVE PRODUCTION OFFICE/S WITHIN ONE OF THE STATES LISTED ABOVE, 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 WHERE THE FACILITY IS TO BE LOCATED. THE REQUIRED LICENSE MUST BE IN PLACE AT ALL TIMES DURING THE SELECTION PROCESS. The Government will not allow payment for travel, living expense, computer time or hookups for the prime or the consultants. THE A/E SELECTION WILL BE COMPLETED IN THREE 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 shall be in an 8 1/2" x 11" format. The portfolio should include the following: A cover letter referencing the 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 fod, design development features of the site that would impact the proposed project. In addition to the above criteria, the total cost of the project considering both the acquisition cost of the site and estimated development and operating costs will be considered. The Government will select the site considered most advantageous to the United States Government, all factors considered. In order to ensure that the selected site is most advantageous to the United States, the Government will also consider any unique attributes or other nuances of a site deemed worthy of consideration, even if not listed above. None of the above listed evaluation criteria are considered to more important than any other. However, as sites are evaluated, each site's unique attributes may result in one or more criteria becoming more important as to that particular site. s "vision" for this specific project. The design competition proposals will be used in conjunction with STAGE I AND STAGE II rankings in the final evaluation of the A/E Firms. The designer's "vision"will weigh substantially in the final A/E Team selection by the GSA. A/E teams participating in STAGE III will be issued a small purchase contract with GSA and be paid a fee for design services. The submitted design concepts become the property of the Government and may or may not be the basis, whole or in part, for the development of the final building design. FOR STAGE I SUBMITTALS: 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 October 26, 2001. Please address submission to the attention of Ms. D. Jean Clark, 404-331-5484, 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 this 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 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 F.A.R. Part 36. THIS IS NOT A REQUEST FOR PROPOSAL. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (30-AUG-2001). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 17-SEP-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/4PCB/GS-04P-01-EXC-0042/listing.html)
 
Place of Performance
Address: MOBILE, AL -- Exact site has not been determined.
Country: USA
 
Record
SN00169705-F 20020919/020917221919 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.