Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 2,1998 PSA#2129

General 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