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
6/11/2002
 
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
C-Architect-Engineer Services SOLICITATION NUMUBER GS-04P-02-EXC-0056. JACKSON, MS, 404-331-4630 The General Services Administration (GSA) announces an opportunity for Design Excellence in public architecture for performance of Architectural-Engineering (A-E) Design for a new Federal courthouse housing the District, Magistrate and Bankruptcy Courts, U.S. Attorney, U.S. Marshals Service, Court of Appeals, Circuit Library, Probation, Trustees, GSA and Congressional officials in accordance with GSA quality standards and requirements. The building is approximately 33,259 gross square meters (357,991 gross sq. ft.) including 68 secure (inside) parking spaces. There are to be 97 on-grade, (outside) surface parking spaces. The proposed site is located in the Central Business District of Jackson, MS. GSA Region 4, Solicitation No. GS-04P-02-EXC-0056. The Estimated Construction Cost (ECC) range is $68,000,000 to $78,000,000. The facility will be designed in metric units. The scope of work will require at a minimum: metric construction drawings, specifications, cost estimates, value engineering, computer-aided design and drafting (CADD) and post design services for a new United States Federal Courthouse facility that includes the construction of a new building and related systems, inside parking, security, site development, client program requirements, LEED, productivity in the workplace and utilize sustainable features. The facility must be designed to meet and/or exceed the energy goals 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 proposed site will be located in the Central Business District of Jackson, MS. The Jackson Courthouse building should welcome and support all court visitors and participants and be accessible and open (within the limits of required security), understandable and comfortable. The building should symbolize the judiciary being a co-equal branch of the Government and should reflect the seriousness of the judicial mandate. It should convey balance, stability, absence of prejudice, respect for the individual, permanence, solemnity, and deliberateness. The building design should reflect the dignity and timeless mission of the courts. This is a Request for Qualifications (RFQ) of Lead Designers interested in contracting for this work. The A/E Firm as used in this RFQ represents an association, joint venture, partnership or other legal entity that will have contractual responsibility for the project design. The Lead Designer is the individual or design studio/firm 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 project team in Stage II. A/E Firms are advised that at least 35% of the level of contract effort must be performed in the state of Mississippi. 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 ?? x 11? format. The submission portfolio should include the following: a cover letter referencing this FedBizOpps announcement and briefly describe 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 a requirement of this Stage. STAGE I submission requirements and evaluation criteria inclucement are invited to respond by submitting modified SF 254 (for the ?A/E Design Firm?) which must be dated not more than twelve months before the date of this synopsis, and modified SF 255 (for the ?A/E Design Firm?) along with a letter of interest and the portfolio to: Ms. Alison Smith, Contracting Officer, General Services Administration, 401 West Peachtree Street, NW, Suite 2500, Atlanta, Georgia, 30308. Responses are due by 4:30 p.m. Eastern Standard Time on July 10, 2002. A total of five (5) copies should be submitted. 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 FedBizOpps announcement for Stage One. In Block 11 of the SF-255, the A/E Design Firm MUST sign, type name and 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, 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (11-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
SN00179032-F 20021002/020930220005 (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.