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