|
COMMERCE BUSINESS DAILY ISSUE OF MAY 27,1998 PSA#2103GSA, PBS, Property Development Division, Admin./Procurement Services
Branch-6PCA, 1500 East Bannister Road, Room 2135, Kansas City, MO
64131-3088 C -- ARCHITECT-ENGINEERING DESIGN SERVICES SOL GS06P98GZC0514 DUE
063098 POC Contracting Officer, Linda E. Hale, (816) 926-7431 X295
Architectural-Engineering (A-E) Design Services are required for the
proposed critical systems improvements and space alterations necessary
to renovate the Edward Zorinsky Federal Building, 215 North 17th
Street, Omaha, Nebraska, to provide a high quality office environment.
The objective of the selection process is to select a renovation
designer and a firm that exemplifies design excellence. Accordingly,
this will be a two stage selection process that will establish design
excellence as the initial level of selection and project team
qualifications as the final criteria for selection. In this process,
the design person and the associated architectural design firm that
will, as a minimum, develop the design intent and conceptual design for
this building is herein identified as the key designer and the key
design firm. The slate selection process (initial level of selection)
will result in a minimum of three firms selected for interview and
final selection. Stage I: Offerors shall submit a modified SF 255 and
SF 254. Contact Glen Essink, GSA Project Manager, to receive the
modified SF 255 form. Slate selection will be based on the design
excellence qualifications of the key design firm and key designer. No
other information shall be submitted in the first stage. Selection
shall be based upon: (1) Key Designer Portfolio (35%): submit 8 inch x
10 inch photographs (maximum of three per project) and a typewritten
description (maximum one page per project) of three designs
attributable to the Key Designer and contracted for within the past
five years, including challenges and resolutions. (2) Past Performance
on Design (30%): for the key design firm, submit 8 inch x 10 inch
photographs (maximum of three per project) and a typewritten
description (maximum of one page per project) for five designs
contracted for in the past ten years (include tangible evidence --
affidavits, certificates, publication notices, awards, peer
recognition, etc.) demonstrating design excellence. (3) Design Intent
(20%): in the key designers words, using the maximum of one typewritten
page, state your overall design approach to the challenge of resolving
design issues, parameters of design that apply to this project,
philosophy of renovating a building that relates to the design fabric
of the downtown community; partial solutions should not be addressed at
this time. (4) Key Designer Profile (15%): for the key designer on this
project, submit a biographical sketch including education, professional
experience, including recognition for design efforts and description of
areas of responsibility, and commitment to this project. Stage II:
Following slate selection, the successful Offerors will develop the
complete project team and submit SF 255 and SF 254s which reflect the
entire project team. It is not necessary to re-submit information
submitted in the slate selection process. The Government will establish
the date these submittals are due, and will provide new selection
criteria for the interviews and final selection. In developing the
project team, those Offerors selected for interview are advised that
either the prime A-E contractor or at least one member of a prime joint
venture must have an existing professional design production office
within the State of Nebraska, and such office shall have been in
operation as of the date of this announcement. No other contractual
relationship is acceptable, i.e., Offerors not having an existing
professional design production office within the State of Nebraska
cannot serve as the prime A-E contractor. Joint venture or
firm/consultant arrangement will be considered and evaluated on a
demonstrated successful interdependence of the members to provide a
quality design effort. Joint venture arrangements must be established
prior to proposal submittal. Respondents must demonstrate capability to
perform 80 percent of the construction document services in existing
offices within the State of Nebraska. The proposed scope of work
emphasizes code compliance, environmental safety, energy conservation,
and interior modernization of all floors, and the penthouse. The
building will be structurally designed to resist the seismic forces
required by the BOCA building code for Omaha, Nebraska. Seismic design
will include all shear walls, structural bracing, floor bracing, and
ceiling bracing, determined to be necessary to meet BOCA code
requirements. The project will upgrade, restore, or replace obsolete
building systems, architectural features, finishes, and surfaces. This
includes a complete renovation of all office space walls, floors and
ceilings. An access floor system will be incorporated to facilitate
wire management. The buildings original roof will be replaced. All
window glass and spandrel panels on all floors will be removed and
replaced. Additional exterior work includes tuck-pointing masonry,
replacing planters and streetscaping. Lead base paint will be removed.
Asbestos spray-on fireproofing, which coats the underside of all floor
slabs and structural framing members, will be removed and replaced with
an acceptable fireproofing material. All asbestos pipe insulation will
be removed and replaced with non-asbestos insulating material.
Elevators will be replaced to meet ADA and fire control requirements.
A new HVAC system with air handling units, individual controls,
ductwork system, and variable air volume (VAV) boxes will be installed,
along with an energy management system. Energy conservation and new
energy technology will be a priority on this project. Possible new
technologies may include photovoltaic cell or solar collectors mounted
on the roof of the office tower to power the emergency lighting system
or heat domestic water. Handicapped accessibility upgrades of restroom
facilities include removal and replacement of all plumbing fixtures.
Fire and life safety systems will be removed and replaced, including
fire alarm and sprinkler systems, standpipes and fire pumps. All
lighting, conduits, outlets, power panels and switch panels on each
floor will be removed and replaced, along with the main building switch
gear and motor control centers. New lighting will be energy efficient
to lower operation and maintenance costs. Low voltage design includes
design of a new building security system and a conduit system for
telecommunications. The anticipated final A-E contract will include
pre-design, schematic design, design development and construction
document services. Optional contract services will include bidding
services, tenant improvement services and construction contract
administration services. Professional services include preparation of
working drawings, specifications and construction cost estimates, and
will require special services such as: asbestos and toxic material
abatement (i.e.: lead paint), interior design, fire safety, elevator
consultant, seismic, energy conservation, roof consultant and building
code review, special studies, reports, planning, programming services,
and other design and testing procedures that are common in the
construction industry. Where Offerors propose in-house staff to provide
special services, the short listed Offerors will be required in Stage
II to demonstrate that qualification of in-house personnel are
equivalent to that of a consultant. These consultants will only be
required for short-listed key designers. The renovated building will
primarily contain general office space. Estimated construction cost for
this project is approximately $40,000,000. Design shall be hard metric
(System International -- SI). Drawings shall be created and submitted
in native AutoCAD release 14 format or latest version. Drawings
created in other CAD programs and then translated into AutoCAD are not
acceptable. Formatting for electronic drawings shall be per GSA
standards. Specifications, reports, databases, and similar items shall
be submitted in native MSOffice 97 format. The firm/joint venture
shall update software versions at their own expense at the request of
the Government. In accordance with 15 USC 631 Et. Seq., the A-E will be
required to provide the maximum practical opportunities to small
business concerns owned and controlled by socially and economically
disadvantaged individuals to participate as subcontractors in the
performance of the contract. As part of its commitment to socioeconomic
initiatives of the Federal Government, the General Services
Administration has established for fiscal year 1998 subcontracting
goals of 25 percent total for small business, which includes 5 percent
for small disadvantaged business and 5 percent for women- owned
businesses. The use of subcontractors/consultants shown on the Stage II
submitted SF 254's will be reflected in a Small Business and Small
Disadvantaged Business Subcontracting Plan included in the contract.
Firms advancing to Stage II must also provide a brief written narrative
of outreach efforts made to utilize small, dis- advantaged, and
women-owned businesses. The narrative shall not exceed one type-written
page. An acceptable subcontracting plan must be agreed to before
contract award. (Small businesses are not subject to this requirement.)
To be considered, responses to this notice must be delivered by 2:00
p.m., local time, June 30, 1998, to the General Services
Administration, Office of Business and Support Services (6ADB), 1500
East Bannister Road, Room 1161, Kansas City, MO 64131-3088. Firms
wishing to be considered must submit their completed SF-254 and SF-255
and other pertinent information as required above. When responding to
this announcement, Offerors should fully address their capability with
regard to each of the above stated minimum requirements and evaluation
factors. The top ranked firms will be recommended for development of
Stage II proposals and interviews based on their written response to
this announcement. A follow-up announcement shall be placed in this
publication containing a list of the firms considered to be the most
highly qualified. Award of this contract is contingent upon the receipt
of design funds. The successful offeror is advised that the Government
intends to propose the use of the partnering process during the design
and construction of this building. The proposed contract is not set
aside for small business. This is not a request for a fee proposal.
(0142) Loren Data Corp. http://www.ld.com (SYN# 0026 19980527\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|