Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2003 FBO #0454
SOLICITATION NOTICE

C -- A/E Design Services

Notice Date
2/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development (8PF), Denver Federal Center, 6th and Kipling Streets, Building 41, Denver, CO, 80225
 
ZIP Code
80225
 
Solicitation Number
GS-08P-03-jfc-0002
 
Archive Date
4/15/2003
 
Point of Contact
Lynda Sena, Contracting Officer, Phone (303) 236-7070 x272, Fax (303) 236-3606, - Lynda Sena, Contracting Officer, Phone (303) 236-7070 x272, Fax (303) 236-3606,
 
E-Mail Address
lynda.sena@gsa.gov, lynda.sena@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The General Services Administration (GSA) announces an opportunity for Design Excellence in public architecture for performance of Architectural-Engineering Design for a new U.S. Port of Entry, in Portal, North Dakota, in accordance with General Services Administration (GSA) quality standards and requirements. This is Stage II of a two-stage selection process. The following firms have been selected (short listed) for Stage II consideration: 1. Place Architecture, LLC, Attn: Mr. Don McLaughlin, 118 E. Main, Bozeman, MT 58715; 2. Foss Associates, Attn: Mr. Joel A. Davy, 810 lst Avenue North, P.O. Box 2823, Fargo, ND 58102; 3. Hammond Beeby Rupert Ainge, Attn: Gary M. Ainge, 440 North Wells Street, Chicago, IL 60610; 4. MJBA, Attn: Mr. Michael J. Burns, 824 Center Avenue, Moorhead, MN 56560 Stage II: In this stage, the entire project team, including the A-E Design Firms selected above in the first stage, their designated Lead Designers, and all the Consultants who will work on the project will be evaluated. Your firm is hereby requested to submit by March 31, 2003, 3:00 p.m. local time, six copies of the SF 254 and 255's that reflect the entire design team and all outside consultants to include as a minimum the following: Mechanical/Plumbing Consultant: Electrical Consultant: Structural Consultant: Civil/Surveying Consultant; Landscaping Consultant; Environmental Consultant; Fire Protection Consultant; and Cost Estimating Consultant. The SF254's/255 shall include a maximum of two previous similar projects and information demonstrating the overall design capabilities of each sub-consultant. If any of these services are to be provided by a previously submitted consultant provide the above information for that consultant. The Stage II evaluation factors are as follows: 1. Team Past Design Performance and Experience (45%). Describe no more than two past architectural and engineering challenges of similar size and complexity and your design response. In your narrative (maximum of three pages per project) discuss your experience with the following issues and how they would be addressed on this project. A. Explain how you would ensure that the project budget of (a specific amount between $7 and $12 M) is met. B. Explain how you would ensure that the design schedule of 9 months is met. C. Discuss your methodology on using locally available materials and construction in remote locations. D. Where would this project fit into your office workload? E. Provide reference contact responses for past projects and indicate a satisfied owner/tenant. 2. Team Organization and Management Plan (35%) Provide a detailed organization chart for the entire design team along with written narratives addressing the following issues: A. Knowledge of Leadership, Energy and Environmental Design (LEED) energy principles and sustainable design, B. Availability for meetings with GSA, clients and community representatives, C. Accurate cost estimating, D. Design issue tracking, E. Logging in and response to agency comments, F. Identify key roles, lines of communication, and means to integrate client and community input, G. Explain quality control plan, H. Where will the major design work take place, I. What are the coordination plans for consultant work and the work to be produced in remote offices. 3. Professional Qualifications (15%) Provide a detailed organization chart for the entire design team along with written narratives addressing the following issues: A. Provide key personnel resumes, SF-254s and SF 255s. In Block 8 of the SF 254, specify only current personnel currently on the company payroll for each firm. B. Experience with similar building types or programs. 4. Geographic Location (5%) Demonstrate how the design team proposes to meet the requirement to produce at least 35% of the level of contract effort within the States of Montana or North Dakota. Project description is as follows: The building is approximately 3,165 square meters (33,424 gross square feet), including approximately 60 parking spaces and .95 hectares (2.36 acres) of site work at a proposed site located in Portal, North Dakota, Burke County in the north west portion of the state. GSA Rocky Mountain Region, Solicitation No. GS-08P-03-JFC-0002. The Estimated Construction Cost range is $7 million to $12 million. 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 services, computer-aided design and drafting (CADD) and optional post construction contract services (PCCS) for the design of a new U.S. Port of Entry that includes the construction of a new building and related systems, parking area, extensive site development, client program requirements and sustainable features. This building is also to include the GSA design standards for secure facilities. The A/E fee for design services shall be within the 6% statutory limitation based on the government construction estimate at the time of negotiation. The work under this contract includes all design, labor, travel, other direct costs, and mark-ups necessary to deliver a complete functional Port of Entry border facility. The A/E firm shall be, or be capable of becoming, professionally licensed in the State of North Dakota. The following disciplines and/or consultants are required: Architectural, Civil, Structural, Mechanical, Electrical, Fire Protection, Landscape and Cost Estimating. The building must comply with Federal Inspection Agency security standards. It will be constructed on approximately 1.26 hectares (3.13 acres) of land, using the site of the existing facilities, which will be demolished or disposed of, and additional acquired lands. Tenants for this facility will be: U.S. Customs, Immigration and Naturalization Service, Border Patrol and U.S. Department of Agriculture. The project includes an estimated building area of 3,165 square meters (33,424 gsf) and .95 hectares (2.36 acres) of site work such as paving and utilities. Facilities include a Main Port Building, three primary inspection lanes and booths for non-commercial traffic, one inspection lane and booth for commercial traffic, secondary inspection area, an outbound inspection area (booth, canopy, parking and maneuvering), agency vehicle garage, firing range building, maintenance building, impound area, and parking for approximately 60 vehicles. Occupancy is planned for sometime in October 2004. The short-listed firms named above are invited to submit the requested information to: General Services Administration, PBS, 8PF, Attn: Lynda F. Sena, Contracting Officer, Bldg. 41, Room 252, P.O. Box 25546, Denver, CO 80225-0546, by 3:00 local time on March 31, 2003. The following information must be on the outside of the sealed envelope (1) Solicitation Number Number/Title, (2) Due Date, (3) Closing Time. Late responses are subject to FAR 52.215-1, Instructions to Offerors--Competitive Acquisition (1/2001). This procurement is being issued pursuant to the Small Business Competitiveness Program (FAR 52.219-19). This is a Small Business Set-Aside. The NAICS Code is 541310. The Size Standard is $4.0 Million per year. Offerors must state on a cover letter that they are a Small Business. This contract will be procured under the Brooks Act and FAR Part 36. This is not a Request for Proposal.
 
Place of Performance
Address: To be determined after award.
Country: US
 
Record
SN00266944-W 20030301/030227213852 (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.