|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 3,1995 PSA#1295GSA, PBS, Contracts Division (WPP),7th & D Streets, SW,RM
2634,Washington,DC 20407 C -- RENOVATION FOR THE J.W. POWELL BUIDING SOL GS-11P-95-EGC-0010 DUE
040395 POC Contact,Christine S. Kelly,202/708-9734,Contracting
Officer,George J. Hartm an,202/708-9734 Architect/Engineer (A/E)
Contract for performance of Architectural- Engineering Design and
Related Engineering Services in accordance with General Services
Administration (GSA) quality standards and requirements for Laboratory
Renovations, J.W. Powell Building, located at 12201 Sunrise Valley
Drive, Reston Virginia for the GSA National Capital Region (NCR),
Solicitation No. GS11P95EGC0010. Construction was completed in 1972 and
is the headquarters for the United States Geological Survey, a bureau
of the Department of Interior. The total building gross area is
approximately 90,700 sq. meters. The design service disciplines will
include Architectural, Interior, Space Planning, Mechanical,
Electrical, Fire Protection and Life Safety, Civil, Structural, Hazard
Materials Disposal including Asbestos Abatement, and Construction
Phase A/E Services. The Government will not indemnify the A/E against
liability arising out of work involving asbestos or other hazardous
materials. This project consists of providing design and other related
services for modernizing the facility to comply with current
life/safety codes, including full renovation of the building's
laboratory spaces using modular concepts, the infrastructure and
interior spaces including HVAC systems, plumbing, electrical power and
lighting, security and emergency power systems, telecommunications,
fire suppression/alarm systems, toilet facilities, asbestos abatement,
exterior improvements, and access. The range of estimated construction
cost is $35 to $40 million. The work includes, but is not limited to
the following: field inspections, surveys, examinations, sampling and
testing, value engineering, cost estimating, architectural/engineering
design, laboratory design, preparation of specifications and drawings
for Phased Contract Documents, Space Planning and Tenant Build-out,
Post Construction Contract Services (PCCS) and construction phase A/E
services. To the extent reasonable all drawings shall be accomplished
with Computer-Aided Design Drafting (CADD). The design documents for
this renovation are to be provided in SI (metric) system per GSA
policy. The building is currently occupied and will remain occupied
throughout the renovation period which will require multiple occupant
moves and separate phased construction packages to achieve final
completion. Consideration for the contract will be limited to business
firms or joint ventures (either with consultants) demonstrating
capability to coordinate the required services in their own active
existing production office(s) located within Maryland, Virginia, or the
District of Columbia, or the selected firm must establish such an
office within 30 days after the award of the contract. Firms outside
the area MUST indicate steps to fulfill and implement the production
office requirement. A majority of the production effort, plus all job
controls and communications associated with the project, shall occur
through this local office. The government will not allow payment for
travel for the prime or the consultants. To qualify for this project,
firms must demonstrate in their submission prior experience in
developing similar projects. The Evaluation Criteria for selection are
as follows: I. DEMONSTRATED ABILITY (40%) A. Program Implementation
Ability: Based on specific examples, can the firm (team) provide clear,
well organized design that efficiently accommodates the client's
program? B. Building Design Ability: Based on specific examples, does
the firm (team) provide well organized, complete and accurate documents
package that is cost effective for construction implementation? C.
Budget and Schedule Control, Based on specific examples, does the firm
(team) demonstrate proactive and effective budget and schedule
control? D. Specialty design capability, To what extent does the team
have background in phased renovation projects that reflect state of the
art laboratory facilities in existing buildings? II. ORGANIZATION (20%)
A. Firm Size: Does the firm (team) have sufficient staff and technical
resources at its disposal (not committed to other work) to undertake
the total potential work load? B. Structure of the Project Team: Does
the firm (team) appear to have the required organizational leadership
to be timely and responsive to all requirements of the project? III.
EXPERIENCE (30%) A. Team Experience: How much experience do the members
of the firm (team) have in working together on similar projects and
what were the results? B. Individual Experience: How much experience do
the key control professionals have in their disciplines and in actually
managing the type of work required for the subject project? C.Relevant
and specific to project management (project manager): Does the team
have the required leadership and experience to be responsive to the
requirements of this contract? IV. PAST PERFORMANCE (10%) A.
Involvement in Project Type: What percentage of the firm's (team's)
total work is similar to that which is required for the subject
project? Each SF 255 shall include two project examples as similar in
nature to the project as possible, bound in a 21.6cm (8-1/2'') x 27.9cm
(11'') format. Each sample shall include: a. summary of project scopes,
b. abbreviated written coordination and quality control techniques and
procedures used on the projects, c. initial versus final (actual)
schedule and budget/costs of projects, d. typical scenario of problem
management, discussion of constraints and impact on project design, e.
submit supporting drawings, specifications and record photographs to
illustrate descriptions required above. If selected for an interview,
each A/E shall present to GSA at the interview at least two (2) project
examples that includes a full set of drawings and specifications, final
cost estimate indicating original budget, a summary of the project
scope and objectives, and the name, address, and phone number of client
contacts. The documents submitted shall be available for pick-up by the
A/E ten calendar days after the interview. Any documents not picked-up
within 5 working days after this time will be discarded. Firms having
the capabilities to perform the services described in this
announcement are invited to respond by submitting completed SF 254's
(for firm and joint ventures and team consultants), which must be dated
not more than twelve (12) months before the date of this CBD synopsis,
and a current SF 255 along with letter of interest TO: General
Services Administration, 7th & D Streets, SW, BID ROOM 1701,
Washington, DC 20407 by 3:30 p.m. local time on the due date of this
notice. The following information MUST be on the outside of the sealed
envelop: 1) Solicitation Number/Title 2) Due Date 3) Closing Time.
Late responses are subject to FAR Provision 52.215-10. Also include in
Block 10 as the last entry the following certification, ''I hereby
certify the firm (or joint venture) and consultants listed for this
project meet the geographic limitations stated in the CBD announcement
for this solicitation.'' This procurement is being made under the
Small Business Competitiveness Demonstration Program (FAR 19.10): In
accordance with Public Law 95-507, and before award of the contract,
the A/E (if not a small business of $2,500,00 gross average over 3
years) shall be required to provide the maximum practicable
opportunities for small business concerns and small business concerns
owned and controlled by socially and economically disadvantaged
individuals to participate as subcontractors in the performance of the
contract. As part of its commitment to socioeconomic initiatives of
the Federal Government, General Services Administration, Public
Building Buildings Service has established for fiscal 1995
subcontracting goals of 32% for small business, 6% for small
disadvantaged business, and 3% for small women-owned business. In
support of the agency efforts, firms seeking consideration for this
contract should provide maximum practical subcontracting opportunities
for small, small disadvantaged and small women-owned businesses. The
use of subcontractors/consultants shown on the submitted SF 255's will
be reflected in a Small Business and Small Disadvantaged Business
Subcontracting Plan included in the contract. Firms must also provide
a brief written narrative of outreach efforts made to utilize small,
small disadvantaged, and small women-owned business in the SF 255. The
narrative shall not exceed one (1) type written page. An acceptable
Subcontracting Plan (as part of the ORIGINAL SUBMITTED teams) must be
agreed to before contract award. Award of this contract is contingent
upon funding approval. Contract procured under the Brooks Act and FAR
36. This is not a Request for Proposal. (0060) Loren Data Corp. http://www.ld.com (SYN# 0025 19950302\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|