Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 27,1998 PSA#2103

GSA, 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