Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 3,1995 PSA#1295

GSA, 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