SOLICITATION NOTICE
C -- Supplemental Architect-Engineer/Interior Design Services
- Notice Date
- 7/11/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Center for Management Support & Admin Services (PHA), 1800 F Street, NW, Room 6037, Washington, DC, 20405
- ZIP Code
- 20405
- Solicitation Number
- GS-00P-03-CYD-0113
- Response Due
- 9/8/2003
- Point of Contact
- Collette Scott, Contract Specialist, Phone (202) 501-9154, Fax (202) 208-7413, - Regina Crews, Contracting Officer, Phone (202) 208-9990, Fax (202) 208-7413,
- E-Mail Address
-
collette.scott@gsa.gov, regina.crews@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 Supplemental Architect-Engineer / Interior Design Services for the Public Buildings Service (PBS) First Impressions Program and Related Services, Nationwide. Solicitation No. GS-00P-03-CYD-0113. The First Impressions program is a collaboration of the GSA and other Federal Agencies. Building on the success of the Design Excellence program for federal buildings, this program?s mission is to enhance the public?s perception of the GSA and the federal government by improving the appearance and efficiency of GSA buildings. These buildings belong to the American public and exist to serve them. Public architecture forms a meaningful image in our collective imagination. Together, we can make it the best image possible; one of an efficient, effective, and professional government. The factors that most influence visitors? first impressions of the building include: the approach and immediate exteriors; building lobbies; elevator lobbies and corridors; elevators; stairs and escalators; agency entrances; and public concession areas. Functional support and expertise for the First Impressions program will typically be in the areas of; transforming the building image; reducing clutter; consolidating functions; unifying signage; and streamlining security. This procurement will establish Indefinite Delivery Indefinite Quantity (IDIQ) Contracts to provide design and related services for federal facilities; owned, leased and/or controlled, nationwide. This contract is national in scope, supporting all existing and future federal and other types of real property. Multiple A-E contracts may be awarded. All work will be procured through the issuance of individual Work/Delivery Orders, each defined by a separate scope of work. The term of the contracts shall be for one (1) base year period, followed by four (4) one-year option periods, not to exceed $7,500,000 for each Period, for an aggregate dollar value of $37,500,000. The scope of the design A/E services may include, but not be limited to, the following: pre-design programming, site survey and investigation, design security enhancements, space planning, plaza design, design programming, interior design, signage and graphics design, complete design services, computer aided design and drafting (CADD), working drawings, specifications, cost estimating, landscape design, design review, value engineering services, post construction contact services (PCCS) and other required supplemental services if so requested. This is a request for Qualifications under Design Excellence. 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 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 this is a national contact and as such, projects may be located anywhere within the United States. 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. The assembled Stage I portfolio should be no more than ? inch thick. Project qualifications submitted by each firm will be reviewed and evaluated based on the following EVALUATION CRITERIA: 1. Past Performance of Design (35%) - The A/E Firm will submit graphics (maximum of three pages per project) of not more than five renovation projects completed in the last ten years. Illustrations should document the before and after conditions for each of the selected projects. 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. Images of the space before and after renovation should be clearly labeled. (2) Philosophy and Design Intent (25%) - In the Lead Designer?s words, (maximum of two typewritten pages) state his/her personal design philosophy and approach to the challenge of public architecture, issues, and parameters that may apply in creating lobbies, plazas and other public spaces that are by their very nature imbued with political and national meaning. (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 four renovation projects completed in the last ten years. An additional, optional project, which has been fully designed but has not completed construction, may also be included. 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 GSA will evaluate the submissions. A geographically diverse group of firms will be sought. The Board will establish a short-list of eight to twelve firms. 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. Firms selected to participate in STAGE II will be further evaluated by an anonymous, one-day design charrette, judged by a jury of independent design professionals. The purpose of the design charrette is to further evaluate the A/E?s qualifications for the project. The designer?s ?vision? will weigh substantially in the selection of the A/E Teams by GSA. The submitted design charrette concepts become the property of the Government. The design charrette proposals will be used in conjunction with Stage II rankings in the final evaluation of the A/E firms. Stage II rankings will be used in conjunction with Stage I rankings to select the winning A/E Firm(s). 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: Regina Crews , General Services Administration, 1800 & F Street, NW, Room 6028, Washington, DC 20405 by 3:30 pm local time. 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 FAR 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 (FAR 52.219-19). This procurement is set-aside for/restricted to small business, under NAIC 541310. The size standard is $4.0 million/year on average for the last 3 years. 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. This Contract will be procured under the Brooks Act and FAR 36. This is not a Request for Proposal.
- Record
- SN00369861-W 20030713/030711213809 (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 |