Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2002 FBO #0385
MODIFICATION

C -- DESIGN SERVICES FOR THE RENOVATION, ADAPTIVE REUSE, AND ADDITION TO THE OLD DC CITY HALL

Notice Date
12/20/2002
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, DC, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P03MKC0001
 
Response Due
1/29/2003
 
Point of Contact
Christine Kelly, Contracting Officer, Phone (202) 205-5862, Fax (202) 708-4964, - Priscilla Chaney, Contract Specialist, Phone (202) 260-3390, Fax (202) 708-4964,
 
E-Mail Address
christine.kelly@gsa.gov, priscilla.chaney@gsa.gov
 
Description
Notice of Short Listed Firms Solicitation No. GS-11P-03-MKC-0001, A/E Design Services for the Renovation, Adaptive Reuse and Addition to the Old DC City Hall, Washington, DC. Please reference previous FEDBIZOPPS notices posted October 1, 2002 and modified October 10, 2002. On October 31, 2002, submittals for Stage 1 qualifications (lead designers evaluation) were received from 28 firms. The Evaluation Panel, using the criteria set forth within the synopsis referenced above has short listed the following six (6) firms for the Stage II Evaluation Phase: Beyer Blinder Belle Architects & Planners LLP with Joseph R. Loring and Associates, New York, NY 10003; Davis Brody Bond with Vanderweil Engineers, New York, NY 10013; Quinn Evans Architects with GHT Limited Consulting Engineers, Washington, DC 20007; RTKL Associates, Inc. with Syska & Hennessy Group; Washington, DC 20036; Skidmore Owings & Merrill with Flack & Kurtz Inc. Washington, DC 20006; Vitetta with HSMM, Washington, DC 20005. In STAGE II, the entire project TEAM, including the A-E Design Firms Selected above in the Stage I, their designated Lead Designers, and ALL the Consultants who will work on the project will be evaluated. The A-E Design firms will submit Standard Forms 254 (not previously submitted in Stage I) and 255 which reflect their entire proposed project Team. The government has determined the following Design Service Disciplines are to be included: Architectural, Mechanical, Electrical, Interior Design, Space Planning and Programming, Fire Protection and Life Safety, Structural, Security, Lighting, Acoustics, Cost Estimating, Hazard Materials (including asbestos, lead, & PCB abatement) and Construction Phase A-E Inspection Services. The Stage II Evaluation Criteria for final selection are as follows: I. Team Design Performance (50%) A. Demonstrate experience and competence (past performance) in building modernizations that are similar in complexity to the Old DC City Hall project. B. Demonstrate experience in the renovation of historic structures and the introduction of new construction within the context of the historic fabric. Demonstrate understanding of client budget, program and schedule. C. Demonstrate experience, understanding and capabilities to implement mechanical and electrical systems as well as architectural modernization, that results in the design of a high quality work environment; builds in design flexibility, to accommodate future changes and conversions of space (with a mixture of closed office space and an open office plan); is durable; is readily maintainable. D. Demonstrate that Proposed Architect/Engineer (A/E) Team can work together successfully, with a history of dedication to clients with complex projects. E. Demonstrate the Team's management philosophy that assures continued awareness of design goals and client needs. Designs demonstrate a consistently high level of exploration, rigor and personal commitment to design excellence. F. Demonstrate the commitment of Lead Designers to this project during design and also their continued commitment during the entire project, through construction and commissioning and experience in employing sustainable design concepts. II. Team Organization and Management Plan (30%) A. The Management Plan expresses the lead designer's and the A/E's role and design approach towards the design delivery process. B. The Management Plan clearly identifies key roles and lines of communication along with coordination between the various disciplines, to assure integration of the client's requirements and input. C. The Management Plan explains steps to ensure cost and quality control into the final design documents as defined in the GSA Facilities Standards for the Public Buildings Service (PBS-P100). D. The A/E team demonstrate a pro-active effort to achieve the subcontracting goals in their Subcontracting Approach in accordance with Public Law 95-507 and FAR 19.7. The goals for this project are small business 30%, veteran-owned small business, 2% service-disabled veteran-owned small business, 2% HUBZone small business, 10% small disadvantaged business, and 5% woman-owned small business. III. Professional Qualifications (15%) The A/E team demonstrates that members have the individual qualifications and experience in managing and designing major modernization projects. IV. Geographic Location (5%) A. The A/E teams must demonstrate that all communications, controls, and at least 35% of the A/E contract services will be accomplished within the geographic boundaries of the National Capital Region (NCR). The NCR includes the District of Columbia; the City of Baltimore, the Counties of Montgomery, Prince Georges, Howard, Anne Arundel, and Baltimore in Maryland; the Cities of Alexandria, Falls Church, Fairfax, and Manassas, and the Counties of Arlington, Fairfax, Prince William and Loudoun in Virginia. B. Demonstrate knowledge of the DC approval and permitting requirements. The above short listed A-E Firms are required to submit for STAGE II, completed SF 254's (for the ALL Team firms), which must be dated not more than twelve (12) months before the date of this synopsis, and a SF 255 (for the entire A-E Design FIRM/TEAM) TO: General Services Administration, BID Room 1065, 7th & D Streets SW, Washington, DC 20407, by 3:30 p.m. local time on the January 29, 2003 of this notice. In Block 10 of the SF255, the "A-E Design Firm" MUST respond to the FOUR STAGE II EVALUATION CRITERIA stated above in this announcement. In Block11 of the SF255, the "A-E Design Firm" MUST sign, name, title and date the submittal. The procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 19.10). This procurement is open to small and large business concerns. Before award of the contract, the A-E (if not a small business of $4,000,000 gross over 3 years) shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. All large business firms are reminded that the successful firm will be expected to place subcontractors to the maximum practical extent with small and small disadvantaged firms as part of their ORIGINAL SUBMITTED TEAMS. Award of this contract is contingent upon funding approval. This contract is procured under the Brooks Act and FAR 36. This is not a Request for Proposal.
 
Record
SN00228424-W 20021222/021220214040 (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.