Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 19,1995 PSA#1350

GSA, PBS, Fee Developer (WPCA),Procurement Br, Room 2634,7th & D Streets, SW,Washington,DC 20407

C -- RENOVATION FOR THE J.W. POWELL BUIDING SOL GS-11P-95-EGC-0010 DUE 063095 POC Contact,Christine S. Kelly,202/708-4900,Contracting Officer,David E. Wardro p,202/708-4900 The General Services Administration (GSA) announces an opportunity for Design Excellence (STAGE II) in Architecture, Mechanical and Electrical Engineering. Architect-Engineer (A-E) Services are required for the Renovation of the J. W. Powell Building, Reston, VA for the GSA National Capital Region(NCR), Solicitation No.GS11P95EGC0010. The following A-E Firms have been Selected (short listed) for STAGE II consideration: 1. Burt Hill Kosar Rittelmann Associates, 1056 Thomas Jefferson St., NW, Washington, DC 20007, Michael Chateauneuf, AIA Principal; 2. HLM with RMF and GPR Planners, Suite 230, 1420 Beverly Road, McLean, VA 22101-3719, Daniel L. Moore, AIA; 3. Settles Associates with Kling-Lindquist Partnership, Inc., 1005 North Glebe Road, Suite 600, Arlington, VA 22201, Carolyn S. Settles; 4. Wisnewski Blair, 625 Slaters Lane, Alexandria, VA 22314, Joseph J. Wisnewski, AIA. STAGE II: In this stage, the entire project TEAM, including the A-E Design Firms Selected above in the first stage, their designated Lead Designers, and ALL the Consultants who will work on the project will be evaluated. The A-E Design Firms will re-submit Standard Forms 254 and 255's which reflect their entire project TEAM. The government has determined the following Design Service Disciplines to be included: Architectural, Mechanical, Electrical, Interior Design, Space Planning, Fire Protection and Life Safety, Structural, Hazard Materials (including Asbestos, Lead, and PCB Abatement), Security, Lighting, Acoustics, Cost Estimating, and Construction Phase A-E Inspection Services. The STAGE II EVALUATION CRITERIA for final selection are as follows: I. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (35%) A. Suitability of TEAM's previous concentration to the type of work required herein, specifically accomplished in related, similar and relevant facilities. B. Based on specific examples of major renovation projects shown, does the TEAM provide a well organized, accurate and fully coordinated set of construction documents? C. Familiarity of the proposed TEAM members with Metric system and ability to design in Metric Units. II. CAPABILITIES OF FIRM (35%) A. Location of TEAM design and production offices(s) proposed for this project, sufficiency of staff and technical resources available, not committed to other contracts, to undertake this project. B. Does the FIRM appear to have the required organization and leadership to be timely and responsive to project requirements and possess the ability to coordinate the TEAM work among different design and production offices? C. To what extent does the TEAM have background in phased renovation projects that reflect state of the art laboratory facilities and incorporating current technology systems such as mechanical, electrical, energy management, space planning/programming, fire and life safety, security, acoustics, lighting, hazardous material abatement/handling, into related, similar and relevant facilities? D. Does the FIRM demonstrate a pro-active effort to achieve the stated subcontracting goals with respect to the level of small, small disadvantaged, and small women-owned business concern participation in the performance of the contract? III. PROFESSIONAL QUALIFICATIONS (20%) A. Does the proposed TEAM have the relevant key individual professional qualifications necessary for this project. B. Does the proposed TEAM have the relevant key individual experience necessary for this 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. Based on the project examples, is the TEAM responsive to the client's requirements and does the TEAM comply with performance schedules? B. Do the project example submitted by the TEAM indicate effective cost control and an in-place Quality Control Program? The A-E Firms shall present at the Interview, at least two (2) project examples including 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 above short listed A-E Firms are required to submit STAGE II completed SF 254's (for the ALL Team firms), which must be dated not more than twelve (12) months before the date of this synopsis, and a SF 255 (for the entire A-E Design Firm Team) along with letter of interest TO: General Services Administration, Christine S. Kelly, Procurement Branch, WPCAA, Fee Developer, ROOM 2634, 7th & D Streets SW, Washington, DC 20407, by 3:30 p.m. local time on the DUE date of this notice. There will be a STAGE II Pre-Submission Conference, for the selected A-E FIRMS and ALL interested Consultants, at the J.W. Powell Building, 12201 Sunrise Valley Drive, Reston, Virginia on Wednesday, June 7, 1995 at 9:00 a.m. in the Main Auditorium. In Block 10 of the SF255, the ''A-E Design Firm'' MUST respond to the FOUR (I,II,III,IV) STAGE II EVALUATION CRITERIA stated above in the CBD announcement for this Solicitation. In Block 11 of the SF255, the ''A-E Design Firm'' MUST sign, name, title and date the submittal. 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 $2,500,000 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, the General Services Administration Public Building Service (PBS) has established for fiscal 1995 subcontracting goals of 37% for small business, 12% for small disadvantaged business, and 5% 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 SF254'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 businesses. The narrative shall not exceed one (1) typewritten 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. (0137)

Loren Data Corp. http://www.ld.com (SYN# 0022 19950518\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page