Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 19,1996 PSA#1577

GSA, PBS, Property Development (WPCA),Procurement Br, Room 2634,7th & D Stre ets, SW,Washington,DC 20407

C -- NATIONAL WORLD WAR II MEMORIAL DESIGN SOL GS-11P-96-AQC-0017 DUE 061796 POC Contact,R. Crews & C. Kelly,202/708-4900,Contracting Officer,David E. Wardr op,202/708-4900 The American Battle Monuments Commission (ABMC), in cooperation with the General Services Administration (GSA), announces a nationwide opportunity for design excellence for the new national World War II Memorial to be built on the Mall in Washington, DC. ABMC has been authorized by Congress to establish this Memorial and has secured a preeminent site, commensurate in importance with the war itself. Known as the Rainbow pool site, it is located on the center axis of the Mall between the Lincoln Memorial and Washington Monument, extending from the east end of the Reflecting Pool to 17th Street. The proposed Memorial offers an opportunity through the civic design arts to honor and express the nation's enduring gratitude to all who served in the U.S. Armed Forces during World War II, as well as to the patriotic and vital support of the American people on the home front. It is an historic opportunity to create a lasting legacy for the nation. The creation of the memorial can be a catalyst to a national reckoning, inviting remembrance of the defining event of the 20th century, the celebration of patriotism and sacrifice, and the bonding of the nation. This design commission will require complete design services from a design team that best demonstrates a commitment to aesthetic and functional design excellence, while providing a viable organization assembled for this project to meet the conditions stated in this announcement. The scope of design services may include, but not be limited to: architecture, landscape architecture, sculpture or other art mediums; engineering; pre- design programming; site investigation; space and equipment planning; interior design; computer aided design and drafting (CADD); working drawings; specifications; cost estimating; value engineering services; post construction contract services; and other required supplemental services as requested. The design program for the Memorial includes underground space for educational facilities. The total project cost is estimated in the range of $90-$100 million. The Memorial will be designed in metric units. The selection process will be conducted in two stages as follows: STAGE I: The first stage will establish the design excellence capabilities of the Lead Designer. The ''Lead Designer'' is defined as the design studio or individual who shall have the primary responsibility to conceive the design concept for the Memorial. The Lead Designer must be a U.S. citizen and may be an architect, landscape architect, urban designer, artist, sculptor, or a collaboration of any of these, including teachers and students. It must be noted that to qualify in Stage II, the Lead Designer will either serve as the Architect-Engineer of Record or will collaborate with an Architect- Engineer of Record. The Architect-Engineer of Record for this project must consist of a partnership, corporation, joint venture, or other legal entity permitted by law to practice architecture or engineering in a state or territory of the United States of America. The Government will contract with the Architect-Engineer of Record for the complete design services. The Lead Designer will provide specific evidence of their capabilities to deliver Design Excellence in response to the client's programmatic, operational and contextual requirements, and will clearly express their design approach and philosophy. In Stage I, a short list minimum of at least five (5) Lead Designers will be selected for the project. This short list will be based on the designer's submittal of their design portfolio in response to this Request for Qualifications (RFQ). Qualifications submitted will be reviewed and evaluated based on the following CRITERIA: (1) Past Performance on Design (40%): The Lead Designer shall submit photographs or graphic reproductions (maximum of three 8 1/2'' X 11'' pages per project), and a typewritten description (maximum of two pages per project) of not more than five projects completed in the last ten years. The description shall address the design approach with salient features for each project and discuss how the client's program, image, mission, economic, schedule, functional, and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Provide a client reference contact for each project, including name, title, address, phone, and fax numbers. A portion of one page presented for each project must include a representative floor plan and either a site plan or a building section. (2) Lead Designer's Vision (30%): Submit a one page (8-1/2'' x 11'') sketch or graphic and a typewritten description (maximum of one page) of the Lead Designer's vision for the World War II Memorial. This sketch or graphic may be in black and white or in color. The narrative will include a discussion of design challenges with a focus on any unique aspects relating the proposed facility to its prestigious location. (3) Philosophy and Design Intent (20%): In the Lead Designer's words, (maximum of two typewritten pages) state their overall design philosophy, and general approach to design problem solving. (4) Lead Designer's Resume (10%) Submit biographical sketch including education, professional experience, and recognition for specific design efforts. Identify and describe areas of responsibility and commitment to this project. STAGE II: In this stage, each short-listed Lead Designer will provide a complete qualifications submittal for the entire project team, participate in a conceptual design competition, and be interviewed with the entire team. An independent jury of nationally recognized design professionals will review and evaluate the proposed concept. A stipend shall be provided to the teams to compensate partial costs incurred during the Stage II competition. The entire project team, A-E of Record, Lead Designer and all consultants who will work on the project will be evaluated. The A-E of Record will submit Standard Forms 254 and 255 that reflect the entire project team. Information submitted in Stage I does not have to be resubmitted. The ABMC & GSA will establish the criteria and the submittal due date and provide the selection criteria for the interviews, Stage II conceptual design competition, and final selection process, with the Stage I short list announcement published in the CBD. Sufficient time will be allotted for the Lead Designer to establish a complete team, including the Architect of Record and consultants. The selected A-E of Record shall establish a local presence, dedicated to this project, within the Washington, D.C. metro area within sixty days of contract signature. FOR STAGE I SUBMITTALS: Individuals and studios having the capabilities to perform the services described in this announcement are invited to respond by submitting a letter of interest, and an SF 255 modified to contain only the following blocks: 1, 2a, 2b, 3, 3a, 10 and 11. Block 10 is the design portfolio information in response to the evaluation criteria. Submit four (4) copies of the qualifications TO: General Services Administration, National Capital Region, 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 envelope: 1) Solicitation Number/Title, 2) Due Date, and 3) Closing Time. Late responses are subject to FAR Provision 52.215.10. All submissions are considered Source Selection Information under FAR 3.104 and will not be returned. A preliminary program brochure is available by writing to the Contracting Officer at the above address or via Internet at regina.crews@gsa.gov or christine.kelly@gsa.gov. Small and minority-owned A-E firms are encouraged to participate. The ABMC & GSA recognize the talent existing in smaller firms and encourage the contributions of new and innovative designers.. There will be a pre-submission meeting on Monday, May 20, 1995, at 2:00 p.m. e.d.t. at the General Services Administration Building Auditorium, 18th & F Streets, NW, Washington, DC 20405. Attendance is not required and no advantage will be gained by attending. For further information, please contact Ms. Regina Crews or Ms. Christine Kelly. Stage I of this solicitation is open to all designers nationwide who are citizens of the United States of America. In Stage II, the Architect-Engineer of Record must be registered to practice architecture or engineering in any state of the USA. This is not a request for proposals (RFP). (0108)

Loren Data Corp. http://www.ld.com (SYN# 0009 19960418\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page