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