Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2002 FBO #0293
SOLICITATION NOTICE

C -- Architect & Engineering Services - Construction

Notice Date
9/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (5PCI), 230 South Dearborn Street, Room 3512, Chicago, IL, 60604
 
ZIP Code
60604
 
Solicitation Number
GS05P02GBC0082
 
Point of Contact
Bobbie Tyler, Contracting Officer, Phone (312)886-7875, Fax (312)886-4103, - Leafie Clark, Contract Assistant, Phone 312-353-5897, Fax 312-353-9186,
 
E-Mail Address
bobbie.tyler@gsa.gov, leafie.clark@gsa.gov
 
Description
DESC: The General Services Administration (GSA) announces an opportunity for design excellence in architecture and engineering building renovation. Architect/Engineering (A/E) Professional Services are required for Architectural Improvements and General Building Modernization at the John W. Bricker Federal Building, 200 N. High Street, Columbus, Ohio. The 7-story building was constructed in 1976 and contains approximately 452,623 gross square feet, including 502 space parking garage adjacent to the building. The building houses 650 Federal employees from the HUD, VA, DOC, DOL, Social Security Administration, DOD, Internal Revenue Service, U.S. Army, U.S. Navy, USPS, and USDA agencies. The estimated total construction cost for the project is estimated to range between $5,000,000 and $15,000,000. The project scope of work consists of the following: a. Window replacement with fixed insulating and blast resistant windows; b. Public corridor improvements; c. Public toilets will be upgraded to be ADA compliant; d. Parking garage repairs; e. Limited cooling tower repairs; f. HVAC/Direct Digital Controls; g. Replacement of linear diffusers; h. Electrical distribution system modification and upgrade; i. Lighting replacement; j. Fire alarm system replacement; k. Boiler replacement; l. Limited limestone facade restoration; m. Hazardous materials abatement. The scope of Architect/Engineer services required under this proposed contract may include, but are not limited to, the following: complete design services including the preparation of construction contract drawings, specifications and cost estimates; site investigations; studies; programming; space layouts; interior design; shop drawing reviews; construction inspection services and other required supplemental services if so requested by the Government. The work will involve all design disciplines including architectural, structural, mechanical, temperature controls, and electrical and fire protection. The A/E must have design capabilities to offer ?First Impressions and L.E.E.D.s (Leadership in Energy and Environmental Design)? recommendations. The A/E selection will be completed in two stages as follows: STAGE I: The first stage will establish the Architectural, Mechanical, and Electrical Engineering capabilities of the A/E Design Firms and their Key Designers. For this selection process, the Key Design individuals and the associated A/E firms will develop the philosophy, design intent and conceptual design for this building herein identified as the ?A/E Design Firm?. The Mechanical/Electrical Engineering requirements and how they are implemented form a large portion of the total scope of this project and it is essential that for this project the term ?A/E Design Firm? includes the Mechanical and Electrical Engineers that will have the primary responsibility to conceive the design concepts and methods of accomplishing them. In the first stage, a short list minimum of three (3) A/E design firms will be selected for continuation into the second phase. The short list will be based on the A/E Design Firm?s submittal in response to this Request for Qualifications. The A/E Design Firm will provide specific evidence of its capabilities to deliver Design Excellence in Office Design and Engineering, and will express its design approach and philosophy. The government will not allow payment for travel, living expense, computer time or hookups for the prime or the consultants related to meeting the requirements of this RFP. Interested firms shall submit the following information: Qualifications submitted by each firm will be reviewed and evaluated based on the following criteria, which is in descending order of importance: (1) PAST PERFORMANCE ON DESIGN, (35%): The A/E Design Firm shall submit 8? X 10? graphics (maximum of three per project) and a written description (maximum of one page per project) of five (5) relevant projects completed within the past 10 years. Three (3) projects shall demonstrate architectural accomplishments and the incorporation of new complex state-of-the-art facilities within existing structures. Two (2) projects shall demonstrate electrical and mechanical engineering as well as temperature controls (DDC) accomplishments (minimum of one each). The narrative shall address the design approach and salient features for each project (including evidence where possible i.e. certificates, awards, peer recognition; etc. demonstrating design excellence) and discuss how the design constraints were satisfied by the design solution. (2) PHILOSOPHY AND DESIGN INTENT (25%): In the Key Designers? words (maximum of one page for each of the following: architectural, mechanical and electrical engineering) state their overall design philosophy, and parameters that apply specifically to the modernization of buildings with the focus on the unique aspects of installing flexible state of the art building systems in existing structures. (3) KEY DESIGNERS? PORTFOLIO (25%): The Key Designers? (architectural, mechanical and electrical engineering) shall submit 8? X 10? graphics (maximum of three per project) and a written description (maximum of one page per project) of two (2) relevant projects each (total six) completed within the last 10 years directly attributable to the Key Designers. Narrative shall include a discussion of design challenges for both architectural and engineering disciplines and the resolution and lead designer?s philosophy, responsibility and influence on the design solution. (4) KEY DESIGNERS? PROFILE (15%): Submit a biographical sketch including education, professional experience and recognition for design efforts inclusive of examples of similar projects for each Key Designer (architectural, mechanical and electrical engineering). Identify and describe areas of responsibility and commitment to this project. STAGE II: In this stage, the entire project team, including the A/E Design Firm selected in the first stage, its designated Key Designers, and all the consultants who will work on the project will be evaluated. The A/E design firms will submit Standard Forms 254 and 255, which reflect the entire project team. Continuity of key personnel for the duration of the project will be essential. It is not necessary to submit portfolio/graphic information submitted in Stage I. An interview with each project team will be included in this stage. The Government will establish the criteria and date these submittals are due and provide the selection criteria for the interviews and final selection process, with the Stage II short list announcement. . Sufficient time will be provided for the A/E design firm to establish the project team. In developing the Stage II project team, A/E firms are advised that at least 35% of the level of contract effort must be performed in the state of Ohio. If the A/E design firm is a partnership, corporation, association or other legal entity, one of the associated firms must satisfy this requirement. If the A/E design firm is comprised of a partnership, corporation, association or other legal entity permitted by law to practice architecture or engineering, a complete description of the proposed internal responsibilities of components must be included in the Stage I submittal. This entity must be in place at the time of contract award. This procurement is open to small and large business concerns in accordance with the Small Business Competitiveness Demonstration Program. In accordance with 15 USC 631 Et. Seq., the A-E will be required to provide the maximum practical opportunities to small, small women-owned, HUBZone small businesses and small business concerns owned and controlled by socially and economically disadvantaged individuals to participate as subcontractors in the performance of the contract. The use of subcontractors/consultants shown in the Stage II 255 and SF 254 will be reflected in a Subcontracting Plan which will be included in the contract. The detailed plan is to be submitted with the SF-255. Each individual firm will determine the minimum acceptable subcontracting target goals for this project. A small business criterion for each category is based on the contractor?s average annual receipts for the proceeding three fiscal years. Contact your local SBA office for further information. Firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the highest subcontracting goals possible for small business, woman-owned small business, HUBZone small business and small disadvantaged business concerns. Firms advancing to Stage II must also provide a brief written narrative of outreach efforts made to utilize small, disadvantaged, HUBZone and woman-owned businesses. The narrative shall not exceed one written page. An acceptable subcontracting plan must be reviewed and approved by SBA prior to award of this contract. Small businesses are not subject to this requirement. 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/D 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: Ms. Bobbie Tyler, General Services Administration, 230 South Dearborn Street, Suite 3512, Chicago, IL 60604, by 4:00 PM CST 21 October 2002. 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 FAR 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. Contract will be procured under the Brooks Act and FAR 36. This is not a Request for Proposal.
 
Place of Performance
Address: John W. Bricker Federal Building, 200 N. High Street, Columbus, OH
Country: United States
 
Record
SN00171499-W 20020921/020919213906 (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.