Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 15,1995 PSA#1284

General Services Administration,PBS, Contracts Division,525 Market Street (9 PPC),San Francisco,CA 94105-2799

C -- NEW SAN FRANCISCO FEDERAL BUILDING SOL GS-09P-95-KTC-0031 DUE 033195 POC Contact,Connie Russell,415/744-5474,Contracting Officer,Constance Russell,4 15/744-5474 C-ARCHITECT-ENGINEERING SERVICES, Solicitation No. GS-09P-95-KTC-0031, for a federal building to be construction on a Civic Center area site in the City of San Francisco, California. Point of contact, Ms. Connie Russell, Contracting Officer, telephone (415)744-5474; (415)744-5499 (facsimile). The General Services Administration (GSA) announces an opportunity for design excellence in public architecture and is seeking a firm with qualifications and experience in managing design and construction of similar sized projects. Architect-Engineer (A-E) services and Construction Management (CM) services are required for the construction of a new Federal Office Building in the city of San Francisco, California. In this contract the A/E and CM services will be combined into one contract to provide design sevices to develop a comprehensive Design Development package and management services from the inception of design concepts through construction of the project. All services shall be performed under the direction and supervision of professional architects and engineers. The facility is intended to be approximately 62,550 gross square meters (673,344 gross square feet) while containing approximately 44,452 occupiable square meters (475,000 occupiable square feet) and will house administrative offices of various Federal agencies. In addition to the gross building area, the facility will also include indoor parking for 114 vehicles as well as surface parking for 47 additional vehicles. The estimated total construction cost for the facility is between $80,000,000 and $120,000,000, with occupancy planned for the year 2000. The federal building will be a state-of-the-art facility which is an appropriate addition to the San Francisco Civic Center area, an expression of regional architectural tradition, and a visual testimony to the dignity, enterprise, vigor and stability of the American Government. The A/E scope of services includes pre-design, final concept design, complete design development services and the review of design/build sumittals. The facility will be designed in ''hard'' metric (System International) units using computer- aided design and drafting (CADD). The scope of CM services under this proposed contract may include, but not be limited to the project administration, review of design documents, conduct value engineering, quality control and assist GSA in the preparation of a Request for Proposal (RFP) document. Said RFP assistance would include the definition of the proposed contract, delineation of the project's issues and the preparation of an adequate and appropriate performance specification to serve as the basis for the design-build contract. The CM will assist in the development of the criteria to be used for the evaluation of proposals submitted and will be integral in the selection of the successful Design/Build (D/B) firm. In addition to assisting in the development of the RFP, the CM will provide additional services through the design/construction phase of the project. It is proposed that a separate follow-on contract with a Design/Build (D/B) firm will be awarded for the remaining design services (final construction documents, specifications, etc.) and the construction of the Federal Building. The project development A/E and/or CM firm will be excluded from consideration for this follow-on Design/Build contract. The selection for this proposed contract will be completed in two stages as follows: STAGE 1: The first stage will establish the design excellence capabilities of the A/E design firm and its lead designer. The lead designer is 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, that is, the firm, partnership, corporation, association, or other legal entity which will have contractural responsibility for the project design. In this first stage, a short list of a minimum of three (3) A-E design firms will be selected based upon the responses to this Request for Qualifications (RFQ). The A-E design firm will provide specific evidence of its capabilities to deliver Design Excellence, and will express its design approach and philosophy. Interested firms shall submit a letter of intent, modified standard forms 254 and 255 and supplimentary material for the A-E design firm only. Project qualifications submitted in the first stage will reviewed and evaluated based on the following evaluation criteria (listed in descending order of importance): (1) A-E FIRMS PAST PERFORMANCE ON DESIGN. Submit Standard Form (SF) 254, page 4. In addition, submit a profile, no longer than two type-written pages, which describes the design firm's history and significant accomplishments. Any A-E design firm that is composed of two or more firms should provide the SF-254 and profile for each firm; an organizational chart which defines the venture's proposed relationship, and a single page management plan which details the assignment of design responsibility. The A-E design firm shall also submit 8-1/2'' X 11'' graphics (maximum three per project) and a typewritten description (maximum 500 words) on a maximum of five projects (completed or designed within the last ten years) which convey the A-E design firms current attitudes about the forms and image of a Federal Building in San Francisco, California. The narrative statement shall address the client's program and goals, the design concept and/or approach, how the design responded to the context, and how the design is relevant to this program and location. If approriate, include affidavits, certifications, publication notices, awards, peer recognition, etc., demonstrating design excellence for the project(s). (2) PROFILE OF THE DESIGN TEAM. Submit SF 255, page 5 for the lead designer, and those key individuals that are integral to the design of the project. These key individuals should include the design principal responsible for guiding the design process; the project designer(s) responsible for the detailed development of the concept; and the project manager in charge of client contact and contractual issues. Each biography should be supported by a portfolio of three (3) projects, with no more than three (3) 8-1/2'' X 1'' graphics per project, completed or designed within the last ten years with a single page description of each, using a maximum of 500 words, addressing the project's program, the owner's goals, the design intent, and the designer's role. (3) PHILOSOPHY/DESIGN INTENT. Submit a single page narrative, using a maximum of 1500 words, describing the firm's overall design philosophy, the firm's philosophy on creating a building within the fabric of an existing community, and the firm's compatibility with stated goals and objectives. STAGE 2: In the second stage of selection, the shortlisted A-E design firms will be invited to submit a complete Standard Form 254 and 255 package for all members of the project team and additional information to describe the team's capabilities and accomplishments with emphasis on the Construction Management team members. It is not necessary to resubmit information submitted in stage 1. Project qualifications submited in the second stage will be reviewed and evaluated based on the following evaluation critera (listed in descending order of importance): (1) PROJECT MANAGEMENT & ORGANIZATION: Provide an organization chart which defines the management plan and a single page management plan that demonstrates the integration of the A-E and CM staff and details the assignment of personnel responsibilities. (2) QUALIFICATIONS/CAPABILITY OF CONSTRUCTION MANAGEMENT FIRM: Submit a profile no longer than two typewritten pages which describes the firm history and a significant accomplishments. Submit evidence of the firm's experience with design build contracts, completing the proposed services, in enforcing performance schedules and budgets, and in successfully completing comparable facilities. Evidence of the firm's ability to complete the proposed services, render responsibile professional services, work under Federal Laws and regulations, and work successfully within a team environment. (3) QUALIFICATIONS/CAPABILITIES OF THE CONSTRUCTION MANAGEMENT FIRM'S PROPOSED PERSONNEL: Submit evidence of the proposed personnel's experience in completing the proposed sevices, in enforcing performance schedules and budgets, and in successfully completing at least one comparable facility. Evidence of the personnel's ability to render responsible professional services, work under Federal Laws and regulations, and work successfully within a team environment; and evidence of the proposed personnel's professional qualifications. (4) OFFICE BULDING (OR SIMILAR) TYPE EXPERIENCE: Submit evidence of successful projects of similar building types and client scopes completed by the proposed project team or team members. Each project presented should be supported with no more than three (3) 8-1/2'' 11'' graphics per project, completed within the last ten years with a single page description of each, using a maximum of 500 words, addressing the project's program, method of implementation, (traditional design-bid-build versus design/build), the owner's goals, the construction costs, project schedule and the roles of the team members. The A-E design firm must have an active production office within the state of California (in existence for at least one year prior to this announcement) with at least one member of the firm licensed to practice architecture in the state of Calfiornia. If the A/E design firm is a partnership, corporation, association, or other venture including two or more firms, at least one of the firms must satisfy the locality and licensing requirements. A collaboration of more than one firm will be considered and evaluated on a demonstrated interdependency of the members and ability to provide a quality effort. The CM firm must have an existing active office for design and construction administration in the San Francisco Bay Area (in existence for at least one year prior to this announcement.) For purpose of this solicitation, the San Francisco Bay Area is defined as San Francisco, Alameda, Contra Costa, Solando, Marin, Napa, Sonoma, San Mateo and Santa Clara Counties. A joint venture firm/ consultant arrangement will be considered and evaluated on the demonstrated interdependence of their existing active design and construction administration office within the specified Geographical limit. The selected firm must provide on-site staff during construction and must provide services as needed to form the permanent office or other dependable source of qualified specialists in all disciplines. All technical work such as, but not limited to, review, approval and/or inspection shall be performed by a registered, licensed and/or affiliated professional. (0044)

Loren Data Corp. http://www.ld.com (SYN# 0019 19950214\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page