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