Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2002 FBO #0304
MODIFICATION

C -- Architect and Engineering Services

Notice Date
6/28/2002
 
Notice Type
Modification
 
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-0056
 
Response Due
7/10/2002
 
Point of Contact
Alison Smith, Contract Specialist, Phone (404) 331-4630, Fax (404) 331-7063, - Ronald Butler, Contracting Officer, Phone (404) 331-5461, Fax (404) 730-2309,
 
E-Mail Address
alison.smith@gsa.gov, ronald.butler@gsa.gov
 
Description
The end of the announcement is rewritten as follows: This procurement is open to small and large business concerns. Before contract award, the A/E (if not a small business (small business size standard is $4,000,000.00 average annual receipts over the past three years)), shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 (See FAR 52.219-9) demonstrating a poactive effort to achieve the following minimum goals for all subcontracted work:. Small Business - 40% which includes: Small Disadvantaged Businesses - 8%, Women-Owned Businesses - 5%, HUBZone - 2.5%, Service-Disabled Veteran-Owned- 3%, Veteran-Owned - 5% (includes 3% for Service-Disabled Veterans-Owned Businesses). Small, women-owned, and small disadvantaged firms are strongly encouraged to participate as prime contractors or as members of joint venture 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.de: (1) Past Performance on Design (35%) ? The A/E firm will submit graphics (maximum of 3 one-sided, typewritten pages per project) of not more than five (5) new construction projects completed in the last ten years. The narratives (maximum of 2 one-sided, typewritten pages per project) shall address the design approach outlining the salient features for each project submitted and discuss how the client?s program, function, image, mission, economic goals, 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 (25%): In the Lead Designer?s words, (maximum of 2 one sided, typewritten pages) state his/her overall design philosophy and approach to the challenge of public architecture, issues, and parameter that may apply in creating a state-of-the art courthouse in an urban environment. (3) Lead Designer Profile (15%) - Submit a biographical sketch (maximum of 3 one-sided, typewritten pages) including education, professional experience, recognition for design efforts inclusive of examples. Identify and describe areas of personal responsibility and commitment to each project. (4) Lead Designer Portfolio (25%) - Submit a portfolio representative of the Lead Designer?s ability to provide design excellence. Submit graphics (maximum of 3 one-sided, typewritten pages per project) and a typewritten description (maximum of 2 one-sided, typewritten pages per project) of up to three new construction projects completed in the last ten years. The narrative shall address the design philosophy with relevant 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 excellence in design. Where there is duplication with criteria (1) above, the Lead Designer will address his/her participation in the project. An A/E Evaluation Board consisting of a private sector peer, representatives of the client agency 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 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 the submittals are due and provide the selection criteria for the interviews along with the Stage I short-list announcement. Sufficient time will be provided the A/E Design Firm/Lead Designer to establish its 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, quality control program and project management. The Stage II evaluations will culminate with an interview with the A/E Evaluation Board in Atlanta, Georgia. Stage II rankings will be used in conjunction with Stage I rankings to select the most highly ranked A/E firm. A Pre-Submittal Meeting for Stage One, will be held June 18, 2002, at 1:00 p.m. local time at the McCoy Federal Building, 100 West Capitol St., Suite 317, Jackson, MS. Firms having the capabilities to perform the services described in this announ NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-JUN-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 30-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-02-EXC-0056/listing.html)
 
Place of Performance
Address: Jackson, Mississippi
Country: US
 
Record
SN00179031-F 20021002/020930220004 (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.