Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2004 FBO #1061
SOLICITATION NOTICE

C -- Architect/ Engineer Services for the New United States Border Station in Warroad, Minnesota

Notice Date
10/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (5PC), 230 South Dearborn Street, Room 3512, Chicago, IL, 60604
 
ZIP Code
60604
 
Solicitation Number
GS05P04GBC0056
 
Response Due
11/22/2004
 
Small Business Set-Aside
Total Small Business
 
Description
ARCHITECT-ENGINEER SERVICES FOR THE NEW UNITED STATES BORDER STATION, WARROAD, MINNESOTA C?Architect Engineer Services Solicitation # GS05P04GBC0056- Warroad, MN The General Services Administration (GSA) announces an opportunity for Design Excellence in public architecture for performance of Architectural-Engineering Design for a new United States Border Station in accordance with GSA quality standards and requirements. This project will have a principal emphasis on site development, new construction and infrastructure improvements. The building is approximately 51,809 gross square feet on a Government owned site located in Warroad, Minnesota. The Estimated Construction Cost range is $16 million to $18.5 million. The facility will be designed in hard metric units. The scope of work will require at a minimum: site and building design, metric construction drawings, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD) and post construction contract services (PCCS) for a United States Border Station that includes the construction of the new building and related systems, parking, development, client program development, socio-economic and sustainable program features. This project is to include GSA design standards for secure facilities and Department of Homeland Security (DHS) & Customs and Border Protection (CBP) construction and security requirements, U.S. Port of Entry Design Guide, as well as specific tenant-agency security requirements. The project will provide a facility that meets energy goals and includes sustainable design and construction practices (LEED). This is a Request for Qualifications (RFQ) of A/E Firms/Lead Designers interested in contracting for this work. The A/E firm as defined as 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 for the design concept and the building?s architecture. The A/E Firm must clearly define the contractual relationship with the Lead Designer and its ability to manage the design and production of construction for GSA. The government will not allow payment for travel, living expense, computer time or hookups for the prime or the consultants related to meeting the requirements of this RFQ for Stage I. The A/E selection will be completed in two stages as follows: In Stage I, an interested firm will submit a portfolio of accomplishments to establish the design capabilities of the A/E Firm and its Lead Designer. All documentation will be in an 8-1/2 x 11 format. The Stage I submission should include the following: A) a cover letter referencing the Fed Biz Opps announcement and briefly describing the firm, its location, organizational makeup, and noteworthy accomplishments; B) Standard Form 330 (Architect-Engineer Requirements) modified to include only the A/E?s information (Identification of consultants is not required at this stage) and C) a design portfolio which is to include the following submission requirements and evaluation criteria: (1) Lead Designer Portfolio (25% of evaluated score): 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 new 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 #3, the Lead Designer will address his/her participation and responsibilities in the project. (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, security versus openness, and other challenges, that may apply in creating a state-of-the-art border station in a rural environment. (3) Past Performance on Design (35%): The A/E Firm will submit graphics (maximum of three pages per project) of not more than five new 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, 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. 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. (4) 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. An A/E Evaluation Board consisting of a private sector peer, a representative of the client and professional representatives from 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. In this stage the entire project team, including the A/E firms selected in the first stage, their designated Lead Designers and ALL the consultants who will work on the project will be evaluated. The firms will be required to complete Standard Form 330 that reflect the entire design team. The Government will establish the detailed evaluation criteria and the date these submittals are due and provide the selection criteria for the interviews along with the Stage I short-list announcement. A brief period, approximately 3weeks, will be provided for the A/E Design Firm/Lead Designer to establish its team. In developing the Stage II project team, A/E firms are advised that at least 35% of the level of contract effort must be performed in the state of Minnesota. The Selection 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, professional qualifications, and team organization and management plan. The Stage II evaluations will require an interview with the A/E Evaluation Board. This procurement is open ONLY to small business concerns. For Stage I Submittals: Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting six (6) complete copies of the entire submittal including the portfolios, modified SF-330 (information A/E Requirements), which must be dated not more than twelve (12) months before the date of this synopsis, and a SF-330 (A/E Requirments) and a letter of interest TO: Mrs. Dana M. Pionke-Garcia, Contracting Officer, General Services Administration, 230 South Dearborn, Suite 3512, DPN: 35-6, Chicago, IL 60604, by 2:00 PM CST November 22, 2004. 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 Standard Form 330, specify only current W-2 payroll (non-contract) personnel of each firm. In Standard Form 330, the A/E Design Firm is to reference their portfolio submission which MUST respond to the FOUR (4) EVALUATION CRITERIA stated in the Fed Biz Opps announcement for this STAGE I Solicitation. In SF-330, the A/E Design Firm MUST sign, name, title and date the submittal. The contract will be procured under the Brooks Act and F.A.R. 36. This is not a Request for Proposal.
 
Place of Performance
Address: United States Border Station, HCR2, Box 245, State Highway 313, Warroad , MN
Zip Code: 56763
Country: USA
 
Record
SN00696930-W 20041022/041020212224 (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.