|
COMMERCE BUSINESS DAILY ISSUE OF JULY 2,1998 PSA#2129General Service Administration (7PCAC), Property Development Division,
819 Taylor St, Rm 11A01, Fort Worth, TX 76102-6105 C -- PROFESSIONAL A/E DESIGN AND INVESTIGATIVE SERVICES, SENATOR
DENNIS CHAVEZ F/B & CTHSE, ALBUQUERQUE, NM SOL GS-07P-98-JUC-0022 DUE
080598 POC Vicki E. Woodard, Contracting Officer (817) 978-3722 C --
Design Services for REPAIR & ALTERATIONS, Senator Dennis Chavez Federal
Building and Courthouse, 500 Gold Ave SW, Albuquerque, NM. SOL
GS-07P-98-JUC-0022 Contracting Officer: Vicki Woodard 817/978-3722.
Project Manager: Joe Camp, 817/978-4316. The General Services
Administration announces an opportunity for Architecture, Mechanical
and Electrical engineering. Architectural-Engineering (A/E) Design
Services, Optional Construction Phase Services, and/or optional
Management & Inspection Phase Services (M&I) are required for the
design for the Repair & Alterations, Senator Dennis Chavez Federal
Building and Courthouse, 500 Gold Ave SW, Albuquerque, NM. The existing
facility is approximately 348,000 gross square feet with required
interior demolition/recapture of approximately 87,000 gross square
feet. The design work in this facility will require sensitivity to the
complex phased construction while maintaining operational capability
for the Courts and other tenants during construction. The estimated
construction project cost is between $5 million and $10 million with a
maximum construction duration of 1 year. Design services for this
contract shall not exceed 8 (eight) months. Types of functional areas
within this building may include but are not limited to: general office
space, computer space, courtroom, judicial chambers, public circulation
areas, secured and restricted circulation areas, conference and
training areas and facility management and support areas. Work will
include, but is not limited to the following: mechanical & electrical
upgrades; fire safety upgrades including adjustments to existing
sprinkler system and fire alarm, and improvements to meet emergency
egress requirements; demolition and new construction of recaptured
office space; hazardous material abatement design. The major tenant
agencies served by this facility include the Bureau of Indian Affairs
and U.S. Bankruptcy Courts. There are several other smaller agencies
also located within the building. TheScope of A/E services under this
proposed contract may include, but is not limited to the following:
design programming; survey of existing conditions; presentations for
client agencies; energy conservation analysis; development of housing
plans and support for the relocation of tenants into swing space;
complete architectural and engineering design; Value Engineering; Cost
Estimating; Space Planning; Interior Design; Acoustic Engineering;
test lab services; life safety code compliance; accessibility
compliance; construction scheduling; preparation of construction
documents (plans and specifications); studies and reports; explanatory
drawings; optional construction phase A/E services (shop drawing and
material submittal review, as-built document preparation). The design
team must have the capability to produce drawings compatible with
AutoCadd version 14, narratives and specifications compatible with
Microsoft Word for Windows NT (Version 7.0) and estimates compatible
with Microsoft Excel for Windows NT (Version 7.0). The A/E selection
will be based upon a two stage selection process as follows: Stage I
selection will result in a short list of at least three firms based on
capability, achievements, and philosophy for the project by the Design
Team; Stage II will result in a selection of the best qualified A/E
firm based on additional written documentation and interviews with the
short listed firms regarding the entire project team, project
management approach, cost control, schedule control, quality control
along with the information submitted under Stage I. A/E firms,
partnerships or joint ventures who will contract with the Government
must have an active design production (ADP) office within the state of
New Mexico in operation 90 days prior to the date of this
announcement. A/E firms shall be required to demonstrate, during Stage
II, the capability and intent to perform 70% of the Design and
Contract Documentation Services, including project communications and
controls within the state of New Mexico. STAGE I SUBMITTAL: Submit
information on modified Standard Forms (SF) 254 & 255 on issues
addressing: design capability; achievements; vision or philosophy;
energy conservation; functional appropriateness; cost effectiveness;
client satisfaction; and durability and ease of system maintenance for
this project. The short list will be developed based on the following
Evaluation Criteria Categories: (1) Capability/Past Performance of
Design Team (45%): Submit a typewritten description (maximum of two
pages per project) for three to five designs completed by the Design
Team (Architectural firm and Mechanical firm) within the past five
years. Demonstrate evidence of sophisticated solutions to complex
problems (including phased construction in occupied buildings),
responsive design with regard to programmatic requirements and owner
constraints (budget and schedule). Discuss the salient features of each
design and how the design was cost effective, functional, and
attractive. Include name, address and current telephone number for each
project owner's point of contact. (2) Design Approach/Philosophy (35%):
Provide a narrative statement, not exceeding three typewritten pages,
describing the design approach, design considerations, philosophy,
goals and objectives regarding this proposed project. This narrative
should address design opportunities for this project and how the design
will be influenced by the project requirements and objectives. (3)
Profile (20%): For each architect and engineer, submit a biographical
sketch including education, training, professional experience and
registration(s), recognition for design efforts, etc. Include evidence
of recognition. (Note: Graphics (if any) and/or photography shall be
bound within the submittal package.) STAGE II SUBMITTAL: Firms short
listed for interview will be notified in writing. The information
required in the Stage II submittal will be described in the
notification. The second stage evaluation will require submittal of the
Standard Form 254 and 255 for the complete design team. Interviews will
be conducted in the design production offices within the state of New
Mexico. Stage I submittals (provide 6 copies) must be received by the
Contracting Officer no later than 2:00 P.M. on August 5, 1998, Ft.
Worth, TX local time. Stage II submittals from "short-listed" firm(s)
shall be due 21 calendar days after the short-listed firms are
notified. All submittals must clearly indicate the solicitation number
on the face of the envelope for identification purposes. Late
submittals will be handled in accordance with FAR 15.208 (Submission,
modification, revision, and withdrawal of proposals). A tour and
presubmittal meeting to discuss project objectives, submittal
requirements and to answer questions will be held on July 22, 1998 in
the Senator Dennis Chavez Federal Building and Courthouse, 500 Gold Ave
SW, Albuquerque, NM. In order to attend, each design firm must contact
Joe Camp 817/978-4316 at least seven working days prior to the meeting
for information and reservations (maximum of three representatives from
the Key Design firm will be allowed). Minutes will be made available to
all firms attending and those interested but not in attendance. A
synopsis of the work items will be made available by contacting Joe
Camp, General Services Administration, at (817) 978-4316. Only one copy
will be made available to each requesting Key Design firm. Although
this procurement is open to large business, small and minority-owned
A/E firms are strongly encouraged to participate. The Government
recognizes the talent existing in smaller firms and encourages the
contributions of new and innovative designers to public architecture.
The consultants being proposed by large businesses, as shown in the
required SF-254s and SF-255's, shall be reflected in a Small Business
and Small Disadvantaged Business Subcontracting Plan required with the
Stage II submittal. During Stage II of the selection process, large
firms must also provide a brief written narrative of outreach efforts
made to utilize small disadvantaged and small women-owned businesses on
this project. An acceptable Subcontracting Plan must be agreed upon
prior to contract award to any large business This is a negotiated
procurement that will result in award of a firm-fixed price contract.
Award of this contract is contingent upon receipt of design funds and
successful negotiation of a reasonable fee. This is not a Request for
fee proposal. A/E firms will not be reimbursed for expenses or efforts
under Stage I and/or Stage II submissions. Posted 06/30/98 (0181) Loren Data Corp. http://www.ld.com (SYN# 0020 19980702\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|