|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,1996 PSA#1655GSA New River Realty Svcs District (3PN), The Wanamaker Building Room
621, 100 Penn Square East, Philadelphia, PA 19107-3396 C -- A/E SERVICES, NEW COURTHOUSE ANNEX AND ALTERATIONS TO EXISTING
COURTHOUSE, NORFOLK, VIRGINIA SOL GS03P96DWC1011 DUE 090496 POC
Contract Specialist, Robert Waring, (215) 656-6149 Architectural and
Engineering (A/E) services are required for a multi-phased project at
the Walter E. Hoffman United States Courthouse, 600 Granby Street,
Norfolk, Virginia. Possible components of the project are: 1) a
one-and-a-half story (plus basement sallyport), 1400 gross square meter
addition at the north end of the Courthouse to provide secure prisoner
delivery and office space for the United States Marshal; 2) a five
story (plus basement and mezzanine), 14,433 gross square meter annex at
the south end of the Courthouse to provide office space for the U.S.
District Clerk, the U.S. Probation Officer, the U.S. Attorney, and the
U.S. Bankruptcy Clerk and Court (including courtrooms and chambers);
3) interior alterations to the existing historic Courthouse to include
expansion space for the U.S. Marshal, new and reconfigured District
courtrooms and chambers, reconfigured circulation patterns, and
vertical transportation and other support systems. Project phasing will
be a critical component of the design effort, as the building must
remain occupied and operational throughout construction. The purpose of
the project is to provide space for anticipated growth of the Courts
and associated agencies to the year 2004, with expansion capability to
the year 2024. The estimated project budget is between $35 million and
$50 million for the north and south additions and between $5 million
and $10 million for the interior alterations. The Hoffman Courthouse,
constructed between 1932 and 1934, is a four-story (plus basement)
Monumental Art Deco structure with a polished black granite base and
gray limestone above. It occupies an entire city block, bounded by
Brambleton Avenue on the north, Monticello Avenue on the east, Bute
Street on the south, and Granby street on the west. The addition(s)
must be designed to complement the style and massing of the Courthouse
and to fit within the scale and fabric of the surrounding community.
The A/E base contract will require full development of a Prospectus
Development Study (PDS) which is a project planning document including
scope, design directives, budget estimates, implementation strategy,
and building system requirements. This effort shall include, but may
not be limited to, the following: a) design programming identifying
project objectives, specific design direction, and historic
preservation design criteria to minimize adverse impacts on the
historic structure; b) review and confirmation of space requirements
and functional relationships of user agencies; c) space programming; d)
building code analysis; e) project scheduling inclusive of construction
phasing, tenant moves, and maintenance of building operations; f)
development of cost estimates reflecting the specific design program
and implementation strategy; g) building system requirements; h)
telecommunication/security systems; i) hazardous materials tests; j)
soil tests; k) CADD drawings. The A/E contract will also include
optional phases for design services as well as post construction award
services, such as submission reviews and on-site inspections. A
detailed scope of work will be provided to the selected offeror.
Offerors are hereby notified that following completion of the PDS, the
Government may, at its sole discretion: a) initiate negotiations with
the current contractor for the optional phases; b) procure the
remaining services from another source; c) proceed no further with the
project THE ESTIMATED CONTRACT START DATE FOR A/E SERVICES IS
NOVEMBER, 1996. FIRMS ARE ADVISED THAT AFTER COMPLETION OF THE PDS,
ABOUT APRIL, 1997, A SUBSTANTIAL PERIOD OF TIME MAY ELAPSE BEFORE THE
OPTIONAL PHASES ARE NEGOTIATED AND DESIGN PROCEEDS. IT IS POSSIBLE THAT
DESIGN MAY NOT PROCEED UNTIL OCTOBER, 1998, WITH CONSTRUCTION BEGINNING
TWO YEARS LATER. Hazardous materials may be encountered in the existing
facilities. The A/E will be required to identify and quantify the types
and locations of hazardous materials that will be abated during
construction. The projects will be designed and constructed in hard
metric, System International (SI) units in accordance with Public Law
100-576, the Omnibus Trade & Competitiveness Act of 1988, the Metric
Conversion Act, and Executive Order 12770. An exception may be made for
alteration of the existing historic Courthouse. GSA is contracting for
a fully coordinated design process in a continuously developed
electronic medium. Required submissions shall be readable and alterable
by AutoCAD release 13 only. Each phase shall be based upon electronic
documents developed in previous phases. The contractor shall coordinate
all electronic documents with all consultants to produce a fully
coordinated design. DXF and IGES formats shall not be accepted as
submissions. A hard copy and ASCII file listing all filenames on
diskettes must be submitted. Drawings:NATIVE.DWG FORMAT, AutoCAD
release 13 or AutoCAD/LT Written Documents Specs: NATIVE Microsoft
Word, version 6.0 Estimates: NATIVE Microsoft Excel, version 5.0 All
A/E participants are reminded that the selection/evaluation of the A/E
team shall be based on the compatibility of their systems with each
other. GSA will not accept any other format. A detailed CAD Deliverable
Policy is available upon request. The contractor agrees that all CAD,
AutoCAD drawings and related files, photographs, drawings, renderings,
blueprints, specifications and/or other materials generated for use by
the contractor on the project, whether in machine readable form or not,
shall belong at all times to the General Services Administration (GSA)
and/or government and will be delivered to GSA at the times specified
and within the schedules contained in the Agreement or at the
termination of the Agreement, whichever occurs first. This will be a
two-stage selection process, under GSA Design Excellence procedures,
that will establish the experience and ability of the prime firm and
its lead designers in Stage I, and the entire project teams
qualifications in Stage II. The stage I selection will result in a
short list of a minimum of three firms for interview and final
selection in Stage II. THIS SELECTION WILL BE OPEN TO FIRMS WITHIN THE
CONTINENTAL UNITED STATES. Associations, joint ventures or other legal
entities permitted by law may be considered as the prime firm. However,
all parties comprising the prime firm must meet the stated geographical
limitation. The prime firm must produce a minimum of 50% of the
contract effort. In addition, when developing the project team for
Stage II, the prime firm must involve local firm(s) with the ability to
support the efforts of the prime firm by means of sustained and
effective communication and facilitation of document review among the
A/E team, the Norfolk community, the end-users (Courts and associated
agencies), the GSA Norfolk Field Office, and the GSA Project Manager.
The local firm(s) will serve as the Norfolk anchor for the project and
must have an existing, active office within the Hampton Roads area of
Virginia. The Hampton Roads area is defined as: the Cities of Norfolk,
Virginia Beach, Chesapeake, Portsmouth, Suffolk, Newport News, Hampton,
Poquoson, and Williamsburg; and the Counties of Gloucester, James City,
and York. OFFERORS ARE ENCOURAGED TO ATTEND A PRE-SUBMISSION CONFERENCE
TO DISCUSS PROJECT REQUIREMENTS AND THE SELECTION PROCESS. THE
CONFERENCE WILL BE HELD ON AUGUST 16, 1996 AT 10:00 AM IN ROOM 818 OF
GSAS REGIONAL OFFICE BUILDING. The address is: The Wanamaker Building,
100 Penn Square East, Philadelphia, PA, 19107. Offerors are requested
to notify Bob Waring, GSA Contracting Officer, (215) 656-6149, of the
persons who will attend the conference. Minutes of the meeting may be
obtained by contacting Ms. Stacey Tankle, (215) 656-5993 four working
days after the conference. STAGE I: The first stage will establish the
Architectural, Historic Preservation, and Engineering Design
capabilities of the prime firm and its lead designers. CATEGORIES OF
EVALUATION CRITERIA TO BE APPLIED IN THE SELECTION PROCESS, IN
DESCENDING ORDER OF IMPORTANCE, ARE AS FOLLOWS: 1) PRIME FIRMS PAST
PERFORMANCE AND EXPERIENCE (35%)- Submit five relevant projects
executed within the past ten years. Fully describe each project,
including size and scope, current status, and clients name and phone
number. Include a maximum of three (3) 8x10 graphics and a one-page
typewritten description for each project. The narrative shall address
the architectural and engineering design approach, and salient features
for each project. Discuss how the clients design, economic and
operational objectives were satisfied by the design. 2) PHILOSOPHY AND
DESIGN APPROACH (30%) - The lead designers shall state the design
approach for this project, including Architectural and Engineering
Design, Historic Preservation, and Court Design, as well as the
philosophy for creating a building that relates to the fabric of the
community. Submit a description of this projects goals, challenges and
difficulties. Submission shall be no more than two (2) typewritten
pages. 3) LEAD DESIGNERS PROFILES (20%)- Submit a biographical sketch
for each lead designer including education, professional experience,
and recognition for design efforts. 4) LEAD DESIGNERS PORTFOLIOS (15%)-
For each lead designer, submit two (2) 8''x10'' graphics and a one-page
typewritten description (per design) of two (2) designs completed
within the past 10 years. Identify and describe areas of responsibility
and commitment to each project. Narratives shall also include a
discussion of design challenges and resolutions. STAGE II: In this
stage, the successful short listed firms from Stage I shall develop the
entire project team, including the A/E firm selected in Stage I and all
the consultants on the project, and shall submit Standard Forms 254 and
255 based on that team. Following Stage I, the Government shall provide
short listed firms the Stage II selection criteria and the date Stage
II submittals are due. GSA will conduct interviews of the short listed
firms, including key consultants. Interviews may be conducted at the
prime firms office or GSAs office in Philadelphia. This procurement
shall be unrestricted under full and open competition (SIC 8712).
Before award of the contract, the successful offeror, if a large
business, shall be required to submit an acceptable small business
subcontracting plan. GSA goals for the involvement of small businesses,
small disadvantaged businesses, and small woman-owned businesses shall
be provided to the short listed firms. Firms meeting the designated
geographical limitations and having the capabilities to perform the
services described herein are invited to respond by submitting FOUR (4)
copies of the requested information for Stage I only, along with a
letter of interest, to the following address no later than September 4,
1996: GSA, Mid-Atlantic Region New River Realty Services District
(3PNK) The Wanamaker Building 100 Penn Square East Philadelphia, PA
19107-3396 Attention: Bob Waring This is not a request for proposal.
Any inquiries may be directed toward Bob Waring, GSA Contracting
Officer, (215) 656- 6149. This announcement represents the Governments
official information on this project. Any information taken from other
publications is used at the sole risk of the offeror. The procuring
office cannot guarantee the accuracy of information contained in other
publications. (0220) Loren Data Corp. http://www.ld.com (SYN# 0015 19960808\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|