Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 13,1998 PSA#2135

GSA, PBS, NCR, Property Development Division (WPC), Room 2002, 7th & D Streets, SW, Washington, DC 20407

C -- A-E SERVICES FOR THE RENOVATION OF THE NATIONAL ARCHIVES BUILDING, WASHINGTON, DC SOL NAMA-98N-0P-0023 DUE 081798 POC Marvin Shenkler (301)-713-7386 x 239; Ronald C. Noll, Contracting Officer (2020 708-8065 WEB: A-E Services for the Renovation of the National Archives, http://www.gsa.gov/regions/r11/wpc/wpc.htm. E-MAIL: A-E Services for the Renovation of the National Archives, Ronald.Noll@gsa.gov. The National Archives and Records Administration (NARA) in consultation with the General Services Administration (GSA) is seeking Architect-Engineer (A-E) Services for the renovation of the 1,400,000 square foot historic National Archives Building located in Washington, DC. Significant elements of the proposed renovation may include, but are not limited to, (1) new entries into the building via new landscaped plazas that will provide accessibility from Constitution Ave that is compliant with ADA and UFAS, (2) renovation of the historic Rotunda to provide for increased security, improved air quality, and ADA/UFAS accessibility to the Charters of Freedom documents including the Declaration of Independence, Constitution and Bill of Rights, (3) new casework for the Charters of Freedom, (4) demolition of all or portions of tiers 1-6 and replacement as required to meet new program requirements, (5) development of replacement exhibit areas lost due to renovation activities, (6) relocation of the museum shop, (7) renovation of public toilets, (8) development of visitor orientation space, (9) structural repairs as identified in previous building condition studies, (10) replacement of chillers, air handling units, and related pumps and equipment, (11) providing for a new cooling tower that will eliminate dependence on Tidal basin condenser water, (12) replacement of domestic water piping and drinking fountains, (13) repair/replacement of electric switchgear, transformers and electric panels, (14) replacement of the fire alarm and sprinkler systems, (15) replacement of the steam station, (15) replacement of the storm water drainage system, (16) asbestos abatement, (17) upgrading of the emergency generator, (18) fireproofing excess elevator shafts for use as mechanical risers, (19) refurbishing stack toilets and janitor closets, (20) providing for new emergency egress stairs, (21) relocation of the theater and research rooms, (22) provisions for a new multipurpose training room, (23) new elevators and escalators to serve the renovated Rotunda and (24) any other design work deemed necessary to implement the concepts developed during previous renovation studies or that arise during the development of concept design. A more complete description of the proposed renovations is included in the March, 1997 renovation study prepared by Heery International which is available for review in the Technical Resources Center at the GSA Regional Office Building, 7th & D Sts, SW, Washington, DC (contact Ron Noll on 202- 708-8065) and at the Archives II facility in College Park, MD (contact Marv Shenkler on 301- 713-7386 ext 239). The estimated construction cost of this project is in the range of $40,000,000 -- 60,000,000. The A-E firm as used in this solicitation may be a partnership, corporation, association or other entity that will have contractual responsibility for the project design. The A-E firm and all applicable consultants must be licensed to practice architecture and engineering in the District of Columbia. Services required may include, but is not limited to: planning phase feasibility studies, design programming, design, cost modeling/analyses, code review, value engineering management, post construction contract services (PCCS), record drawings, construction inspections and tests oversight, building turnover coordination, post occupancy evaluations, exhibit design and any other services deemed necessary to provide for a completely functional facility. The Government has determined that the following disciplines and/or consultants are required: Architectural, Civil, Structural, Mechanical, Electrical, Geotechnical, Interior Design, Food Service, Space Planning, Historic Preservation, Fire Protection and Life Safety, Hazard Materials, Security, Communications, Lighting, Acoustics, Cost Estimating, Elevators, Roofing, Landscaping, Exhibit Design, and Testing/Inspection Services. All services will be procured through the issuance of a contract that will include all elements of work that will be or are envisioned to be funded.Throughout the design process the selected A-E will assist NARA in identifying those elements of work that can be accomplished within the Congressionally mandated cost limitation for the project which has yet to be established. Other sources of funding may be available to implement elements of the total project not incorporated in the Congressional authorization. The construction contract is envisioned to be procured through a Source Selection process that will incorporate a base contract for those elements of work that can be executed within the Congressionally mandated cost limitation and contract options for those elements of work that may be funded from other sources. A pre-submission conference to describe the proposed scope of the project will be held on July 23, 1998 at 1:00 PM in the Archives II Auditorium located at 8601 Adelphi Road, College Park, MD. Parking at Archives II is limited, so no single occupancy vehicles will be permitted into the facility. Consideration for the contract will be nationwide however the selected A-E must have or establish within 30 days of award a production office within the National Capital Region. The Evaluation Criteria for selection are as follows: I. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (40%) A. Identify the team's proposed design staff with previous experience relative to the type of work required herein. Provide a maximum of three (3) examples of comparable projects of a similar scope, complexity and magnitude completed within the least seven (7) years by the design staff proposed for this project- (20%) B. Identify the proposed team members that have specialized experience with mechanical and electrical renovations of historic buildings? -- (10%) C. Identify the proposed team members that have experience with mechanical and electrical renovations of occupied buildings? -- (10%) II. CAPABILITIES OF FIRM (25%) A. Does the A-E's team office have sufficient staff and technical resources available, not committed to other contracts, to undertake this contract? -- (10%) B. Does the firm have the required organization and leadership to be responsive to the contract requirements and possess the ability to coordinate the team effort among their consultants? -- (10%) C. Does the firm demonstrate a pro-active effort to achieve the stated subcontracting goals with respect to the level of small, small disadvantaged, and small women-owned business concern participation in the performance of the contract? -- (5%) III. PROFESSIONAL QUALIFICATIONS (10%) A. Does the proposed team commit the relevant key individuals in each discipline area with the professional qualifications necessary for this contract? -- (5%) B. Does the proposed team commit the relevant key individuals in each discipline area with the experience necessary for this contract? -- (5%) IV. PAST PERFORMANCE (25%) A. Based on the examples, is the team responsive to the client's needs and does the team comply with performance schedules? (Provide the name and phone number of client references that can be contacted to verify performance on projects identified in I above) -- (10%) B. Do the examples submitted by the team indicate effective cost control and an internal Quality Control Program to assure technically accurate plans and specifications? A-E's with multiple joint venture partners, associated firms and/or consultants must explain how they intend to coordinate the design effort in order avoid errors and omissions in the contract documents -- (15%) If selected for an interview, the A-E Firm shall be prepared to discuss all aspects of the Evaluation Criteria indicated above and to demonstrate the ability to fulfill all contract requirements. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting completed SF-254's (for firm, joint ventures, and consultants), which must be dated not more than twelve (12) months before the date of this synopsis, and a (ONE COPY) SF-255 along with letter of interest to: General Services Administration, NCR, 7th and D Streets, SW, Bid Room 1065, Washington, DC 20407, by 3:30 PM local time on the due date of this notice. The following information MUST be on the outside of the sealed envelope 1) Solicitation Number/Title, 2) Due Date, 3) Closing Time. Late responses are subject to FAR Provision 52.214-7. In Block 8 of the SF-254 specify only current W-2 payroll (non-contract) personnel of each firm. In Block 10 of the SF-255, the A-E Firm MUST respond to the FOUR (4) EVALUATED CRITERIA stated in the CBD announcement for this solicitation. In Block 11 of the SF-255, the A-E Firm MUST sign, name, title and date the submittal. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 19.10). Small, small disadvantaged and small women-owned firms are strongly encouraged to participate. Large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small, small disadvantaged and small woman-owned firms as part of their original submitted team. Before award of the contract, the A-E (if not a small Business of $2,500,000 gross average over three years) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration, Public Buildings Service has established for fiscal 1998 subcontracting goals of 37% for small businesses, 12% for small disadvantaged businesses and 5% for small women-owned businesses. Award of this contract is contingent upon funding approval, which is envisioned in FY99. This contract is being procured under the Brooks Act and FAR 36. This is not a Request for Proposal. Posted 07/09/98. (0190)

Loren Data Corp. http://www.ld.com (SYN# 0021 19980713\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page