Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 25,1995 PSA#1269

GSA, PBS, Contracts Division (4PPC), Suite 2500, 401 West Peachtree St., NW, Atlanta, GA 30365-2550

C -- LONDON, KY - NEW ANNEX TO FB-CT Sol. GS-04P-95-EXC-0027. POC: Alison Smith, 404/331-4870, Alison Smith, 404/331-4870. The General Services Administration (GSA) announces an opportunity for design excellence in public architecture. Architect-Engineer (A-E) services are required for a new Annex to the U.S. Federal Building-Courthouse in London, KY. GSA intends to contract for complete A-E design services with the ``A-E design firm'' (as defined below) that best demonstrates a commitment to design excellence, while providing a viable team organization meeting the geographic and other limitations set forth below in this Announcement. The Government's program objectives for this project are that it: (1) serve the Government's needs for functional space in the most efficient and cost effective manner; (2) provide a visual testimony to the dignity and stability of the American Government and the seriousness of the federal judiciary's mission; (3) be an asset to the community that reinforces urban planning objectives of the City of London, KY; and (4) respect the character of existing nearby structures, including the existing FB-CT, which is listed in the National Register of Historic Places. The facility will not exceed 8328 gross square meters at 67% building efficiency not counting interior parking. The project will include exterior parking on grade. The facility will be occupied by the U.S. District Court, the U.S. Magistrate Court, the U.S. Circuit Court, the U.S. Probation Office, the F.B.I., the U.S. Attorneys Office, the U.S. Marshals Service, and the D.E.A.. The estimated total construction cost for the project is estimated to range between $7,000,000 and $17,000,000 with occupancy planned for February of second quarter, FY 1999. Renovation or alteration of the existing Federal Building-Courthouse (FB-CT) is not included in the scope of this project. The new Annex to the United States Courthouse will be independent of the existing U.S. Courthouse and shall consist of the following functions: Three courtrooms (two U.S. District Court and one Magistrate Court); four chambers (two U.S. District Court, one Magistrate Court and one Circuit Court); U.S. Marshals Service sallyport and detention cells; hearing rooms; conference/training rooms; and general office space for the various tenant agencies. The scope of A-E services under this proposed contract may include, but may not be limited to, the following: pre-design programming; site investigation (including geotechnical surveys and analyses, topographical and boundary surveys); complete design services; computer-aided design and drafting (CADD, working drawings, specifications - GSA versions of AIA Masterspec/CSR format), cost estimating (Uniformat level III/CSI Format), space planning, exterior and landscape design, interior design, value engineering services, post construction contract services and other required supplemental services if so requested by the Government. The facility will be designed and constructed in ``hard'' metric (System International) units. The following definitions apply to all stages in this A-E selection process: A-E Design Firm: The A-E firm, partnertship, corporation, association, or other legal entity that will have contractual responsibility for the project design and production. The A-E design firm must have an active production office within the State of Kentucky established at least 90 days prior to the date of this announcement. If the A-E design firm is a partnership, corporation, association, joint venture or other legal entity, one of the associated firms must satisfy this requirement. In developing the complete project team of consultants required for Stage II, those offerors selected for interview are advised that at least 65% of the level of contract effort (design fee) must be performed in the stated geographic area, excluding specialty consultants (i.e., security, acoustics, seismic, courts design, etc.). Lead Designer: The individual or design studio who will have the primary responsibility to conceive the design concept and the building's architecture. This individual or studio is employed by the A-E design firm. The A-E selection will be completed in two stages as follows: STAGE I: The first stage will establish the design excellence capabilities of the A-E design firm and its lead designer. The A-E design firm will provide specific evidence of its capabilities to deliver Design Excellence, and will express its design approach and philosophy. If the A-E design firm is a partnership, corpoaration, association, joint venture or other legal entity permitted by law to practice architecture or engineering, briefly describe the proposed working and legal relationships between its components. The A-E design firm will also identify its lead designer for the project. Interested firms shall submit a letter of intent and modified Standard Forms 254 and 255 for the A-E Design Firm only (identification of consultants not required). Project qualifications submitted by each firm will be reviewed and evaluated based on the following evaluation criteria: (1) Past Performance on Design - For the A-E design firm, submit 8''X10'' graphics (maximum of three per project) and a typewritten desciption (maximum of one page per project) of not more than five designs completed within the past 10 years. The narrative shall address the design approach and salient features for each project (include tangible evidence where possible such as certificates, awards, peer recognition, etc. demonstrating design excellence) and discuss how the clients' design, economic, and operational objectives were satisfied by the design. (2) Philosophy and Design Intent - In the lead designer's words, (maximum of two typewritten pages), state his or her overall design philosophy, approach to the challenge of resolving design issues, and parameters that apply specifically to the design of a U.S. Courthouse with a focus on any unique aspects of Annex to the U.S. Courthouse in London, KY, its relationship to the existing FB-CT, and its context. (3) Lead Designer Profile - Submit a biographical sketch including education, professional experience, recognition for design efforts inclusive of examples. Identify and describe areas of responsibility and commitment to this project. (4) Lead Designer Portofolio - Submit 8'' X 10'' graphics (maximum of three per project) and a typewritten description (maximum of one page per project) of not more than three designs completed in the last 10 years attributed to the lead designer. Narratives shall include a discussion of design challenges and resolutions. After the A-E Evaluation Board reviews the Stage I submittals, the Board will select a short list consisting of a minimum of three firms, and will request a Stage II submittal from the short-listed firms, as outlined below. Once announced, the short list will be published in the CBD. Stage II: In this stage, short-listed firms will provide a more detailed qualifications submittal. The entire project team, including the A-E design firm selected in the first stage, its designated lead designer identified in the first stage, and all the consultants who will work on the project will be evaluated. The A-E design firms will submit Standard Forms 254 and 255 that reflect the entire project team. It is not necessary to re-submit information submitted in Stage I. The Government will establish the detailed evaluation criteria and the date these submittals are due and provide the selection criteria for the interviews and final selection process along with the Stage I short list announcement. Sufficient time will be provided for the A-E design firm to establish their complete team of consultants. As a minimum, the project team will be required to demonstrate previous experience in, and understanding of, courthouse design or other building types with complex programmatic requirements, and/or include consultants specializing in those areas. It is encouraged that the project team include small, disadvantaged, and minority-owned businesses (see below). An interview with each project team at their principal active production office will be included in this stage. Although this procurement is open to large businesses, small and minority-owned A-E firms are strongly encouraged to participate. The Government recognizes the talent existing in smaller firms and encourages the contributions of new and innovative designers to public architecture. The consultants being proposed by large businesses, as shown in the required SF-254s and SF-255s, shall be reflected in a Small Business and Small Disadvantaged Business Subcontracting Plan to be submitted with the Stage II submittal. During Stage II of the selection process, large firms must also provide a brief written narrative of outreach efforts made to utilize small disadvantaged and small women-owned businesses on this project. An acceptable Subcontracting Plan must be agreed upon prior to contract award to any large business. During Stage II, large businesses will be required to demonstrate a proactive effort to achieve the following minimum goals for all subcontracted work. As part of its commitment to social economic initiatives of the Federal Government, the General Services Administration has established for fiscal year 1995 subcontracting goals of 32% for Small Businesses, 6% for Small Disadvantaged Businesses, and 3% for Small Women-Owned Businesses. These goals are not mutually exclusive. Potential offerors meeting the geographic limitations, and having the design qualifications and production capabilities to perform the services described herein are invited to respond by submitting three (3) copies of the Stage I submittal information listed above to the office and address listed below, to be received by that office no later than the 30th calendar day after publication, or the first regular business day thereafter. Calendar days shall be computed commencing with the day after the date of publication. All submittals must clearly indicate the solicitation number on the face of the envelope. Late submittals will be handled in accordance with FAR 52.215-10. (General Services Administration, Attn: Ms. Alison Smith, 401 West Peachtree Street, NW, Suite 2500, Atlanta, Georgia 30365-2550, Tel. No. 404/331-4870, Fax No. 404/730-2309). A pre-submission meeting will be held on February 17, 1995 at 12:30 PM (EST) in the main courtroom of the existing Federal Building-Courthouse located at Main & East 3rd Street, London, KY. Edited copies of the Prospectus Development Study will be available at this meeting. A follow up listing of firms for interview will be placed in this publication. Award of this contract is contingent upon funding approval. This is not a request for fee proposal. (020)

Loren Data Corp. http://www.ld.com (SYN# 0018 19950124\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page