Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2003 FBO #0458
SOLICITATION NOTICE

C -- Design Excellence - Modernization Edith Green/Wendall Wyatt Federal Building Portland, Oregon

Notice Date
3/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Branch, Portfolio Procurement (10PDC), 400 15th Street SW, Auburn, WA, 98001-6599
 
ZIP Code
98001-6599
 
Solicitation Number
GS-10P-03-LTC-0068
 
Point of Contact
Ted Mahoney, Contracting Officer, Phone 253-931-7678, Fax 253-931-7384, - Chad O'Brien, Contract+Specialist, Phone 253-931-7155, Fax 253-931-7395,
 
E-Mail Address
ted.mahoney@gsa.gov, chad.o'brien@gsa.gov
 
Description
The General Services Administration (GSA) announces an opportunity for Design Excellence in public architecture for performance of Architectural-Engineering Design for a modernization of the Edith Green / Wendall Wyatt Federal Building in accordance with GSA quality standards and requirements. The building has 18 floors above grade and two below with 426,543 gross sf excluding parking and is located in downtown Portland, Oregon. GSA Region 10 Solicitation No. GS10P-03-LTC-0068. The Estimated Construction Cost range is $30 - $40 million. The scope of services will require at a minimum: preliminary programming and planning services including cost estimating with a goal of defining the project scope and cost estimates. In addition, the contract will include options for design services including metric construction drawing, specifications, cost estimates, value engineering services, computer-aided design (CADD) and post construction services (PCCS) for the, modernization that includes an addition of a security vestibule (~2000 sf), lobby renovation including a public staircase between the ground and first floor lobbies, restroom upgrade to meet ADA standards, ceiling system replacement and major upgrades to the electrical, mechanical and plumbing systems. The project also to include perimeter security upgrades for the facility. The project site covers two city blocks of downtown Portland, Oregon. One block contains the building site and plaza, and the adjacent block has underground parking with a public park on grade. The security vestibule and lobby renovation shall make a distinct architectural statement that will aid GSA in its ongoing First Impressions Program. This is a Request for Qualifications (RFQ) of A/E Firms/Lead Designers interested in contracting for this work. The A/E Firm as used in this RFQ is an association, joint venture partnership or other entity that will have contractual responsibility for the project design. The Lead Designer is the individual or design studio that will have primary responsibility to conceive the design concept that integrates with building?s architecture. The A/E firm must address the contractual relationship with the Lead Designer and it ability to manage the design and production project team. In developing the team, A/E Firms are advised that at least 35% of the level of effort must be preformed in Oregon State. The government will not allow payment for travel, living expense, computer time or hookups for the prime or the consultants. 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 portfolio should include the following: a cover letter referencing the FBO announcement and briefly describing 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 required at this stage. Submission requirements and evaluation criteria: (1) Past Performance on Design (35%): The A/E Firm will submit graphics (maximum of three pages per project) of not more than five similar construction projects completed in the last ten years. The narrative (maximum of two pages per project) shall address the design approach with salient features for each project and discuss how the client?s program, function, 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 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 two typewritten pages) state his/her overall design philosophy and approach to the challenge of public architecture, issues, and parameters that may apply in a modernization project. (3) Lead Designer Profile (15%): Submit a biographical sketch (maximum of three pages) including education, professional experience, recognition for design efforts inclusive of examples. Identify and describe areas of 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 three pages per project, and a typewritten description (maximum of two pages per project) of up to three similar construction projects completed in the last ten years. The narrative shall address the design philosophy with salient 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 design excellence. Where there is duplication with criteria (1), the Lead Designer will address his or her participation in the project. An A/E Evaluation Board consisting of a private sector peer and representatives of the client 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 outside consultants. The firm 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 that these submittals are due and provide the selection criteria for the interviews along with the Stage I short-list announcement. Sufficient time will be provided for the A/E Design Firm/Lead Designer to establish its team. The Board will interview each 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 and project management. The Stage II evaluations will culminate with an interview with the A/E Evaluation Board. Stage II rankings will be used in conjunction with Stage I rankings to determine the successful firm. FOR STAGE ONE SUBMITTALS: Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting modified SF-254 (for the A/E Design Firm), which must not be dated more than twelve (12) months before the date of this synopsis and modified SF-255 (for the "A/E Design Firm") along with letter of interest and the portfolio TO: Ted Mahoney, Mail Stop 10PDC, 400 SW 15th Street, Auburn, WA 98001, by 3:00PM local time on April 2nd, 2003. A total of three (3) 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 the FBO announcement for Stage One Solicitation. In Block 11of the SF-255, the A/E Design Firm MUST sign, name, title and date the submittal. This procurement is being made under the Small Business Competitiveness Demonstration Program (F.A.R. 52-219-19). 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 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 ventures 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 F.A.R. 36. This is not a request for Proposal.
 
Place of Performance
Address: GSA, PBS, 400 15th Street SW, Auburn WA
Zip Code: 98001
Country: USA
 
Record
SN00268317-W 20030305/030303213545 (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.