Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,1996 PSA#1655

GSA 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