Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 4,1998 PSA#2087

GSA 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