Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,1995 PSA#1379

GSA, 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