|
COMMERCE BUSINESS DAILY ISSUE OF MAY 4,1998 PSA#2087GSA Allegheny Contract SVCS Group (3PKC), The Wanamaker Building Rm
725, 100 Penn Square East, Philadelphia, PA 19107-3396 C -- A/E DESIGN EXCELLENCE SERVICES, PITTSBURGH, PA SOL
GS-03P-98-CDC-0019 DUE 061598 POC Lydia Domenech, Contract
Administrator 215-656-6098 The General Services Administration (GSA)
announces an opportunity for Design Excellence in Architecture,
Historic Preservation, Structural Engineering, Mechanical and
Electrical Engineering. Architect-Engineer (A-E) services are required
for the repair and alteration (R&A) of the United States Post Office
and Courthouse in Pittsburgh, PA. The facility is approximately 77305
gross square meters. The PO/CH, completed in 1934, is listed on the
National Register of Historic Places. The restoration and alteration
work will include, but not be limited to: construction of six new
district courtrooms (with major structural modifications) and nine new
district chambers on the third floor of the building, construction of
nine new elevators (three judicial and six restricted), recapture of
approximately 10,000 square meter of vacant space for expansion by the
courts and related agencies, restoration of historical features,
life/safety upgrades, security upgrades, renovations to mechanical and
electrical systems, new plumbing, asbestos and other hazardous
material abatement, sprinkler system upgrades, general space
alterations and handicapped accessibility in accordance with Americans
with Disabilities Act (ADA). The estimated total construction cost is
between $30 and $60 million, with an estimated construction duration
of 4 years. The estimated early design start date for A-E services is
October 1998 and the estimated late design finish date is May 2000. The
scope of A-E services under this proposed Firm, fixed-price contract
may include the following: predesign services, programming, surveys,
reports, studies, presentations for clients and regulatory officials,
energy conservation analysis, housing plans, complete architectural and
engineering design services, preparation of specifications and
drawings, Value Engineering, cost estimating, space planning, interior
design, and post construction contract services. Contract requirements
for each project submission are as follows: All drawings in Autocad;
MicrosoftWord and Microsoft Excel for specifications and estimates. The
above referenced submissions shall be submitted on CDROM and hard
copies. The project will be designed and constructed in metric (SI)
units; full design capability in metric terms will be required. Metric
guidance may be found in AIA GRAPHIC STANDARDS, ASHRAE SI METRIC
GUIDE, ASTM E621, AND ASTM E380. The U.S. Post Office and Courthouse
will be occupied during the construction. Contract documents must phase
construction accordingly. The successful firm must have previous
experience with similar size and scope of design/construction projects
with particular emphasis on complex multiphased R&A. The successful
A-E firm will be required to obtain a security clearance for all
personnel expected to access the building. This will be a two-stage
selection process, under Design Excellence procedures, that will
establish the experience and ability of the Lead A-E(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 of a
minimum of three A-E design firms. These firms, and their consultants
will then be interviewed during Stage II, after which a final selection
will be made. Stage I: The first stage will establish the
architectural, historic preservation, mechanical, electrical, and
structural engineering design capabilities. The term "Lead A-E Firm"
shall mean the firm responsible for overall project management, budget
control, and contract authorization. The term "Lead Design Team" shall
mean any combination of key personnel responsible for the actual design
of this project. The short list will be based on the A-E Design Firms
submittals in response to this request for qualifications. The A-E
Design Firms will provide specific evidence of its capabilities to
deliver Design Excellence in Architecture, Historic Preservation and
Engineering. Qualifications submitted by each firm will be reviewed and
evaluated based on the following CRITERIA, (IN DESCENDING ORDER OF
IMPORTANCE) (1) PAST PERFORMANCE ON DESIGN: The A-E Design Firm shall
submit 8 X 10" graphics (maximum of three per project) and a
typewritten description (maximum of 500 words per project) of projects
completed within the past 10 years. Submit NO MORE THAN five projects
in this stage. Three (3) projects shall demonstrate architectural and
historic preservation accomplishments outlining R&A work in an
occupied high rise office building or courthouse with construction
value over $10 mil. At least one of the three projects submitted must
demonstrate architectural accomplishment in courthouse design (either
new construction or R&A) with a construction value over $10 mil. One
(1) project shall demonstrate electrical and mechanical engineering and
new elevator installation accomplishments in a preferably historic,
occupied high rise office building or courthouse with construction
value (for mechanical, electrical and elevator) over $5 mil. One (1)
project shall demonstrate major structural engineering accomplishments
(structural modifications, new elevator shafts) in a preferably
historic, occupied high rise office building or courthouse with
construction value (for structural) over $3 mil. The narrative shall
address the unique features for each project, design approach and
solution. Include tangible evidence where possible (certificates,
awards, peer recognition, etc. for demonstrating design excellence).
Separate from the narrative, identify for each project where
applicable: the owner, owner's contact, phone number, lead designer,
architect, historic preservationist, mechanical engineer, electrical
engineer, and structural engineer. (2) LEAD DESIGN TEAM MEMBER
PORTFOLIOS: for this project, submit a biographical sketch for
individuals who will actually be performing design on this contract
including education, certification, professional experience,
recognition for design efforts. Include each members exact role and
area(s) of responsibility and commitment to this project. Submit
sketches for no more than five (5) members of the design team. Each
member submitted MUST have experience on at least one of the five
projects submitted under criteria 1. (3)PHILOSOPHY AND DESIGN INTENT:
for the lead designers, express (maximum of 1000 words) issues
addressing overall design philosophy, specific approaches to the
challenges of resolving court programming requirements in historic
structure, the unique aspects of building new column free courtrooms in
historic building, and coordinating complex multiphased construction in
occupied court facility. 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. The Government will establish the date Stage II submittals are
due and provide the selection criteria for the interviews and final
selection process. Sufficient time will be provided for the A-E Design
Firms to establish the entireproject team. Between Stages I & II, the
Government may wish to visit the lead design team's and/or
consultant's offices to establish firms production capability. Offerors
are invited to attend a presubmittal conference to discuss project
requirements and the selection process. This meeting will be held in
the U.S. Post Office & Courthouse, 7th and Grant Av., Pittsburgh PA, at
2:00 pm in courtroom #3 (8th floor) on May 20, 1998. Minutes of the
meeting can be obtained by calling Ms. Michelle Garofalo, (215)
656-6110, after May 25, 1998. Consideration will be limited to lead
firms having an existing active design production office within 550 km
radius of the city of Pittsburgh, PA. The geographical limitation
applies only to the lead firm as defined above. Other members of the
design team and additional consultants may be located outside the
limitation. In developing the project team, the A-E Firms are advised
that at least 50% of the level of contract efforts must be performed by
the lead firm within the specified radius of consideration. Where the
lead firm is located more than two hours drive from the building, a
technical representative will be required to be staffed within the two
hours drive to facilitate project coordination. The lead A-E design
firm may be comprised of a partnership, corporation, joint venture or
other legal entity permitted by law to practice architecture or
engineering. 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 6/15/98: GSA, Allegheny Realty Services
District (3PKC), The Wanamaker Building, 100 Penn Square East,
Philadelphia, PA 19107, Attention: Ms. Lydia Domenech. Firms wishing to
be considered as other than the Lead Design Team should submit their
resume at this time. The resumes will be made available to the teams
chosen for interview under Stage II. Late responses are subject to FAR
Provision 52.215.1. Per FAR 52.219-9, 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. This
procurement shall be unrestricted under Full & Open Competition (SIC
Code 8712). Small, small disadvantaged and women-owned firms are
strongly 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. This
contract is being issued in accordance with the Brooks Act and FAR Part
36. This is not a Request for Proposal. Award of this contract is
contingent upon funding approval. 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.
This procuring office cannot guarantee the accuracy of information
contained in other publications. (0119) Loren Data Corp. http://www.ld.com (SYN# 0014 19980504\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|