|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,1995 PSA#1379GSA, PBS, Fee Developer (WPCA),Procurement Br, Room 2634,7th & D
Streets, SW,Washington,DC 20407 C -- RENOVATION OF BUILDING SYSTEMS SOL GS-11P-95-AQC-0017 DUE 083195
POC Contact,Chien Viet Le,202/708-8033,Contracting Officer,David E.
Wardrop,202 /708-4900 The General Services Administration (GSA)
requests professional Architect/Engineer(A/E) Contract to be procured
under the Brooks Act for performance of Architectural- Engineering
Design and Related Engineering Services in accordance with General
Services Administration (GSA) quality standards and requirements for
the Renovation of theTheodore Rosevelt Building - FOB 9, located at
1900 E Street, NW, Washington, DC for the GSA National Capital Region
(NCR), Solicitation No. GS11P95AQC0017 The design service disciplines
will include Architectural, Mechanical, Electrical, Fire Protection and
Life Safety, Structural, Hazard Materials disposal including Asbestos
Abatement, lead paint, PCB. The Government will not indemnify the A/E
against liability arising out of work involving asbestos or other
hazardous materials. The approximate 73,000 square meters Building was
designed by Hellmuth, Obata & Kassabaum (HOK), and constructed in
1962-63, and the Prospectus Development Study performed by Einhorn
Yaffee Prescott was approved January 7, 1994. This project consists of
renovating in phased construction the building's infrastructure and
certain interior spaces which include HVAC systems, plumbing,
electrical power and lighting, security and emergency power systems,
telecommunications, fire suppression/alarm systems, toilet facilities,
hazardous materials, exterior improvements, and handicapped access.
The work includes, but is not limited to the following: field
inspections, surveys, examinations, sampling and testing, value
engineering, cost estimating, architectural/engineering design,
preparation of specifications and drawings for Phased Contract
Documents, Post Construction Contract Services (PCCS) and construction
phasing. A/E services shall be performed in accordance with GSA
quality standards and requirements as noted in Handbook PBS 3430.1. 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 partially occupied throughout the renovation period
which will require multiple occupant moves and separate phased
construction packages to achieve final completion. The range of
estimated construction cost is $16 - $24 million. 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 production office(s) located within the
District of Columbia, and the states of Maryland and Virginia. Firms
outside the states of Maryland and Virginia, and the District of
Columbia may be required to establish an office within 30 days after
the award of the contract. The government will not allow payment for
travel and associated costs including, but not limited to long distance
telephone, or courier services for the prime or the consultants. To
qualify for this project, firms must demonstrate prior experience in
developing similar projects of 500,000 square feet or more. The
Evaluation Criteria for selection are as follows: I. PROFESSIONAL
QUALIFICATIONS (35%) A. Offeror's previous team experience with
concentration to the type of work required herein, specifically
accomplished in extensive mechanical, electrical, and fire safety
systems upgrade/modernization, that reflect state-of-the-art office
buildings, B Professional qualifications and relevant experience of
professional key individuals on similar projects. II. SPECIALIZED
EXPERIENCE AND TECHNICAL COMPETENCE (25%) A. Suitability of firm's
technical competence as it relates to the proposed project. Also
important is suitable experience in phased construction planning in
building that remain occupied during the construction phase, B. Based
on the project specific examples provided, does the offeror deliver a
well organized, accurate, and fully coordinated set of
design/construction documents. III. PAST PERFORMANCE (25%) A.
Demonstrated ability in design quality control for similar projects, B.
Demonstrated ability to meet the client's programming
needs/requirements for similar projects, C. Demonstrated ability in
budgeting and cost control management for similar projects, D.
Demonstrate ability in project scheduling and control for similar
projects. IV. CAPABILITIES OF FIRM (15%) A. Capacity to accomplish all
project services in the required time, B. Demonstrated knowledge of
the design and construction related process in the District of Columbia
for similar projects. Each SF255 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 scope, abbreviated written coordination and quality control
techniques and procedures used on the project, an initial versus final
(actual) schedule and budget of project (or phase), typical scenario of
problem management, discussion of constraints and restraints of the
project and their impacts, and a discussion of the apparent (or actual)
success of the projects, and their relevance to the government proposed
project. 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, construction cost, award amount, change-order value
and reasons. 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 ( all
personnel listed must be under current W-2 payroll of the listed firms)
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. This procurement is open to small and large
business concerns. Specify in block 4 on SF 254 whether the firm is (a)
Small Business Concern (including it's affiliates) having average
annual sales or receipts for the last three (3) fiscal years not in
excess of 2.5 million dollars; (b) Small Disadvantaged Business or (c)
Women- Owned Business. Before award of the contract, the A/E (if not
a small business) shall be required to present an acceptable Small
Business and Small Disadvantaged Business Subcontracting Plan, in
accordance with Public Law 95-507. Small and disadvantaged firms are
encouraged to participate as prime contractors or as members of joint
ventures with other small businesses. All interested large business
firms are reminded that the successful firm will be expected to place
subcontracts to the maximum practical extent with small and
disadvantaged firms as part of their ORIGINAL SUBMITTED teams, in
accordance with the provisions of Public Law 95-507. This is not a
Request for Proposal. (0179) Loren Data Corp. http://www.ld.com (SYN# 0013 19950629\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|