Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 12,1997 PSA#1800

GSA Keystone Contract SVCS Group (3PKC), The Wanamaker Building Rm 725, 100 Penn Square East, Philadelphia, PA 19107-3396

C -- ARCHITECTURAL AND ENGINEERING SERVICES SOL GS-03P-97-CDC-1028 DUE 041497 POC Maria Ali, Contracting Officer, 215-656-6104 Architectural and Engineering (A/E) services are required for the Repair and Alteration of the SSA Metro West Complex, 300 North Greene Street, Baltimore, Maryland. This complex consists of two buildings. The North and South Buildings are connected by a bridge spanning Route 40(Mulberry Street) and containing the dining facility. The South Building consists of five open office floors and two parking levels. The North Building contains thirteen(13) floors, plus two(2) basement levels and penthouse. The facility is approximately 135,200 Gross Square Meters(GSM) and 93,800 Occupiable Square Meters(OSM). The complex was completed in 1980. The design will require maintaining the operation of all existing systems in the occupied portions of the building during construction. The successful prime firm, lead designer and any key design disciplines required for the project must have previous experience working with similar projects (scope and complexity). The anticipated construction cost ranges between $ 47,000,000 and $ 65,000,000 with an expected construction duration of two and half (2 1/2) years. The A/E base contract will require development of a Building Engineering Report(BER) with optional phases (via Request For Proposal) for Prospectus Development Study(PDS), Design Services and Post Construction Contract Award Services. Offerors are hereby notified that following completion of the BER, 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. A detailed scope of work will be provided to the selected offeror for the BER and each subsequent phase. Hazardous materials may be encountered in the existing facilities. The prime firm will be required to identify and provide all necessary construction documents for abatement of hazardous material. The projects will be designed and constructed in metric, System International (SI) units in accordance with Public Law100-576, the Omnibus Trade & Competitiveness Act of 1988, the Metric Conversion Act, and Executive Order 12770. Following is a brief description of the BER and PDS. The BER functions as the source document for the development of a comprehensive repair, alteration and improvement program for the building based on the technical evaluations and life cycle cost estimates established in the report. In addition, it enables the Government to develop capital improvement strategies based on tenant/public needs and the need for safe and cost effective facility operation. Completion of the BER will require the following sequential submissions: Investigation Report, Building Conditions Report, Pre-Final BER and BER. Through site surveys, interviews and review of existing documentation, the A/E will investigate and evaluate the entire building including its architectural, electrical, mechanical, structural, fire protection and transportation systems. The A/E will then propose an Emergency Improvement Plan, a Short Term Improvement Plan (up to 5 years), a Long Term Improvement Plan (up to 20 years) and an Energy Conservation Opportunity Plan. The PDS is a project planning document which is used to support a Congressional budget request for project design and construction funds. It identifies and describes a single comprehensive project incorporating the BER, tenant housing requirements, and other identified needs. The PDS includes technical scope, design directives/alternatives, detailed budget estimates, and implementation strategies. This effort shall include, but may not be limited to, the following considerations: a) design programming identifying project objectives and specific design direction; b) review and confirmation of space requirements and functional relationships of the tenant user groups) space programming; d) building code analysis; e) project scheduling inclusive of construction phasing, tenant moves, and maintaining building operations; f) development of cost estimates reflecting the specific design program and implementation strategy; g) building system requirements h) telecommunication/security system needs. THE ESTIMATED CONTRACT START DATE FOR A/E SERVICES IS AUGUST, 1997. FIRMS ARE ADVISED THAT AFTER COMPLETION OF THE BER AND SUBSEQUENT PDS OPTION. (ANTICIPATED TO BE DECEMBER, 1998), APPROX 2 YEARS WILL ELAPSE WHILE PROJECT APPROVAL AND FUNDING ARE SOUGHT. IT IS EXPECTED THAT DESIGN WOULD PROCEED APPROX DECEMBER, 2000. CONSTRUCTION WOULD PROCEED APPROX MAY, 2002. 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; Project Schedule: NATIVE Microsoft Project, 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(s) and lead designers in Stage I, and the entire project team's qualifications in Stage II. The stage I selection will result in a short list(a minimum of three firms). These firms will be interviewed during Stage II after which a final selection will be made. THIS SELECTION WILL BE OPEN TO FIRMS WITHIN THE CONTINENTAL UNITED STATES. The prime firm must have a (minimum) one year old production office within the GSA Mid-Atlantic Region which will produce at least of 30% of the level of contract effort. The boundaries of the Mid-Atlantic Region include the states of Pennsylvania, Maryland, Delaware, Virginia, West Virginia and New Jersey with the exception of Bergen, Essex, Hudson, Middlesex, Monmouth, Morris, Passaic and Union counties. OFFERORS ARE ENCOURAGED TO ATTEND A PRE-SUBMISSION CONFERENCE TO DISCUSS PROJECT REQUIREMENTS AND THE SELECTION PROCESS. THE CONFERENCE WILL BE HELD ON MARCH 24, 1997 AT 11:00 AM IN THE WALTER STATUM ROOM OF THE SSA OFFICE BUILDING. The address is: The SSA Metro West Complex, 300 North Greene Street, Baltimore, Maryland. Offerors are requested to notify DONNA ENGLAND,(215) 656-6108, of the persons who will attend the conference. STAGE I: The first stage will establish the BER/PDS and Engineering and Architectural Design capabilities of the prime firm) and its key designers. THE EVALUATION CRITERIA TO BE APPLIED IN THE STAGE I SELECTION PROCESS, IN DESCENDING ORDER OF IMPORTANCE, ARE AS FOLLOWS: I. PRIME FIRM(S) PAST PERFORMANCE ON REPORTS AND DESIGN 1) The prime firm(s) will demonstrate experience in five projects completed within the last eight years. One submitted project shall be a BER (or equivalent condition report) and one project shall be a PDS (or equivalent feasibility study). All projects must have been in occupied buildings and included multiple disciplines. Fully describe each project, including size/scope and client's name and phone number. Provide a maximum of two 8"x10" graphics and a one-page typewritten description for each project. The narrative shall address salient project features for each report, study, and design submitted. Discuss how the client's technical, economic and operational objectives were satisfied and/or addressed. II.PROBLEM SOLVING CAPABILITIES The lead designer(s) shall submit a description of the Metro West project goals, challenges and difficulties. Submission shall be no more than two (2) typewritten pages. III.LEAD DESIGNER'S PROFILE The lead designer(s) shall submit a biographical sketch including education, professional experience, and recognition for design efforts. IV. LEAD DESIGNER'S PORTFOLIO For lead designer(s), submit two (2) 8"x10" graphics and a one-page typewritten description (per design) of two (2) designs completed within the past 6 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 A/E design firm's office or GSA's 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 APRIL 14, 1997: GSA, Mid-Atlantic Region, Keystone Realty Services District (3PKC), The Wanamaker Building, 100 Penn Square East, Philadelphia, PA 19107-3396, Attention: Maria Ali. This is not a request for proposal. Any inquiries may be directed toward Maria Ali, GSA Contracting Officer, (215) 656-6104. This announcement represents the Government's 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. (0069)

Loren Data Corp. http://www.ld.com (SYN# 0019 19970312\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page