Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2007 FBO #2022
SOLICITATION NOTICE

Z -- Design/Build Construction Services for the Tuttle Annex Building, Atlanta, GA

Notice Date
6/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PG), 401 West Peachtree Street, Suite 2500, Atlanta, GA, 30365, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GS-04P-07-EX-C-0104
 
Response Due
7/9/2007
 
Archive Date
12/31/2007
 
Description
The General Services Administration (GSA) announces an opportunity for Design-Build Construction Services for the new Tuttle Annex Building, Atlanta, Georgia. The Design-Build Contractor will be competitively chosen using the Advisory multi-step process (FAR 15.202) and Design/Build Selection Process (FAR 36.303). PROJECT SUMMARY: The project is located in the Fairlie Poplar Historic District in downtown Atlanta Georgia, adjacent to the Tuttle Building which houses the 11th Circuit Court of Appeals. The properties consist of two existing 5 story office buildings (96 Poplar Street and 70 Fairlie Street) and a vacant lot fronting Poplar Street and Cone Street. These properties occupy approximately 75% of a city block in the city of Atlanta bordered by Fairlie Street, Poplar Street, Cone Street, and Walden Street. The two existing buildings to be rehabilitated are listed on the National Register of Historic Places and both are contributing structures to the Fairlie Poplar Historic District. The project site itself is highly constrained and is located in a dense urban area of Atlanta. The objectives of the project are to provide administrative office space for the 11th Circuit Court of Appeal in Atlanta, Georgia. The administrative office space will be physically linked with the court facilities through a cut-and-cover tunnel, under Fairlie Street. The office space will be provided by connecting the new annex and Tuttle building, rehabilitation and adaptive use of two existing five story office buildings containing approximately 134,000 gross square feet with approximately 24 basement parking spaces, and a new one story loading dock - building entrance over basement parking on a vacant lot adjacent to the two buildings. A portion of the basement parking area will be developed under one of the existing buildings. The project will also provide innovative technologies and features which will support improved occupant productivity, energy conservation, space flexibility, reliable systems operation, sustainability, and low maintenance. To enhance security, vulnerable portions of the exterior envelopes of the existing buildings will be reinforced and the heavy wood frame structures of the existing buildings will be modified to address blast uplift and floor alignment issues and the mitigation of progressive collapse. All design and construction work must comply with local, state and Federal government codes and standards. The General Services Administration is using the ?Bridging? Design Build method to deliver this project. The Bridging contract drawings and specifications have been completed by the bridging architect, Stevens & Wilkinson Stang & Newdow and their consultants. These documents and other documents, constituting the Bridging contract documents, will be available to the firms submiting in Phase II. The Architect and Engineers of record will be members of the selected Design Build Contractor?s team. Construction will not commence until final construction documents are reviewed by GSA and a Notice to Proceed with construction is issued. The Bridging contract documents will define all of the GSA requirements for critical design elements of the project and will include final space plans, interior finishes, performance criteria for major building systems and other design information. The project includes: Replace and install new windows. Roof replacement. complete new space build-out including new interior partitions and finishes, new mechanical systems, new electrical systems, and new plumbing systems. The Bridging Contract documents anticipate that the first floor heavy timber floor structure of the 96 Popular building will be demolished and replaced with a new floor that aligns with the first floor of the 70 Fairlie Building. The new floor height will allow enough ceiling height for vehicular parking spaces under the 96 Poplar Street building. The basement area of the 96 Poplar Street building will be modified to accommodate vehicle parking and the tunnel under Fairlie Street to the Tuttle Building. A one story covered loading dock and building entrance will be constructed on the existing vacant surface parking lot. The loading dock will include an enclosed area for service vehicles, area for waste containers, enclosed storage, and vehicle entrance to the ramp that provides the only access to the basement parking area. The employee entrance will contain an entrance lobby, a security check-in area, and mail room. The basement of the one story covered loading dock will contain below grade vehicle parking and a ramp. A pedestrian tunnel will be constructed under Fairlie Street connecting the new annex to the existing Tuttle Building. The area of the two existing historic buildings to be rehabilitated is approximately 123,000 gsf while the area of new construction - one story loading dock and building entrance totals approximately 11,000 gsf for a total project area of approximately 134,000 gsf. The design of the interiors of the project represents ?state of the art,? twenty-first century office environment. The new loading dock and building entrance located in the surface parking is designed to be aesthetically compatible with existing adjacent buildings and the urban context of the site. The exterior of the existing historic buildings are intended to be models of successful preservation and rehabilitation. The project will be designed and constructed so that a LEEDS silver certification can be obtained. The total design and construction cost for this project is estimated between $20,000,000 and $30,000,000. SELECTION PROCESS: This is an advisory multi-step procurement consisting of 2 Phases as follows: PHASE I- Pre-Solicitation Notice Phase, firms must submit information regarding their past performance on similar projects in terms of size, dollar value and complexity. The Government will evaluate the submissions to identify and advise the firms about their potential to be viable competitors. The Government shall evaluate all responses in accordance with the criteria stated in this notice and shall advise each respondent in writing either that it will be invited to participate in the resultant acquisition or, based on the information submitted, that it is unlikely to be a viable competitor. The Government shall advise respondents considered not to be viable competitors of the general basis for that opinion. The Government shall inform all respondents that, notwithstanding the advice provided by the Government in response to their submissions concerning their viability, they may participate in the next step of the acquisition. Firms that do not submit written responses to this pre-solicitation notice will not be eligible to compete in the subsequent steps of this procurement. Firms having the capabilities to perform the services described herein are invited to respond to this pre-solicitation notice by submitting five (5) copies of the required technical information. The Design/Build Contractor for this project will be selected utilizing the Design/Build Selection Procedures in FAR Part 36.303. This Phase will consist of evaluation of offeror?s Technical Qualifications. The evaluation criteria and associated submission requirements for Phase I selections are as follows: 1. Qualifications and Experience of Key Personnel of Principal Design Builder, Associated Firms or Joint Venture Partners. At a minimum, address firms: (A) Qualifications and experience of Key Personnel including the DB Project manager, Design Project Manager, Construction Project Manager, Project Superintendent. Architectural and Engineering key Personnel consisting of the Architect Project Manager, Project Architect, Architectural Designer (Interior), and Structural Engineer. Summarize the Architectural and Engineering team qualifications, professional designation, experience, education, background information, specific assignments, indicate the specific geographic location in which each Architectural/Engineering team member is now based and other significant information. (B) Summarize the Design Build management team qualifications, education, experience, background information, specific assignments, identify the anticipated duties of the person as full-time or part-time, identify the person as an employee of the Design Build firm, a sub-contractor, or an employee of a consulting firm, and indicate the specific geographic location in which each key team member is now based. 2. Experience in Providing Design Build Services on Similar Projects A. At a minimum, address firms past experience on at least five (5) projects completed or in progress projects, within the last five (5), years that best describe your experience providing design build services on projects of comparable complexity and with construction costs greater than $20,000,000. B. Describe your experience in providing value engineering, design oversight and adherence to budget in these five (5) projects. C. Describe your experience in maintaining quality and project schedules while controlling costs when you were performing design services for these five (5) projects. D. Describe your experience on at least one design build project of the five examples within 100 miles from the city of Atlanta, Georgia. Summarize knowledge and experience working on projects in the metropolitan area of Atlanta. Submit the following information for all examples: (1) Location and type of service (2) Dollar amount of contract. (3) Description of construction including square footage, types of facility, and special requirements provided under the contract. (4) Name, title, address, facsimile number, current telephone number and email address of client contact. 3. Past Performance Providing Design Build Services on Similar Projects At a minimum, address firms performance in delivering the five (5) submitted examples of completed or in progress projects, within the last five (5), years. Offeror shall provide a summary, in narrative form, of the firms track record in performance of the projects. An Evaluation Board will review all submittals. The Board will identify a minimum of three (3) firms to continue to the Design/Build Phase. In Phase II, a Request for Proposals (RFP) will be issued to the firms identified from this Pre-Solicitation Notice Phase. Offerors will be required to submit more detailed information identified in the RFP. The Phase II evaluation will be based on technical factors as well as price. Phase II Technical evaluation factors are (1) Project Management Approach; and 2) Price. Price is more important than Technical. Firms having the capabilities to perform the services in this announcement are invited to respond by submitting five (5) copies of a Pre-Solicitation Notice Phase proposal. The proposal should be submitted in an 8-1/2? X 11? format and should be organized to correspond with the evaluation factors listed above. The Standard Form 330 may be utilized but is not required and must reflect a date not more than 12 months before the date of this synopsis. If SF 330 is not utilized, the submission must include information responsive to the data requested in each section of the form. The total Phase I submission should not exceed 50 pages. The Phase II offerors will be required to submit a Small Business and Small Disadvantaged Business Plan, in accordance with FAR Part 19.701, that reflects a proactive effort to provide subcontracting opportunities to the small business community (REQUIREMENT APPLICABLE TO LARGE BUSINESSES ONLY). A Pre-Solicitation Notice pre-proposal meeting is scheduled for June 20, 2007 ? 10:00AM at 100 Peachtree Street, The Equitable Building, in Atlanta Georgia. The meeting will take place in the conference room on the 5th floor. Prints of the Bridging Contract Documents will be available for review. Phase I Technical proposal shall be submitted to General Services Administration, 401 West Peachtree Street NW, Suite 2500, Atlanta, Georgia 30308, Attention: GLENDA BURNS, by 3:00 PM local time on JULY 9, 2007. Please address inquiries to Glenda Burns, Contracting Officer 404-331-2750 or by e-mail Glenda.Burns@GSA.GOV.
 
Place of Performance
Address: 96 Poplar Street and 70 Fairlie Street, Atlanta, GA
Zip Code: 30343
Country: UNITED STATES
 
Record
SN01314457-W 20070610/070608224825 (fbodaily.com)
 
Source
FedBizOpps 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.