Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13,1998 PSA#2158

U.S. Department of the Treasury, Procurement Services Div., 1500 Pennsylvania Ave., NW, Room 1310G, Washington, DC 20220

C -- ARCHITECT-ENGINEERING SERVICES SOL A-98-07 DUE 092898 POC Dwight Stephens -- Contract Specialist, 202-622-0795 or Rosa Perry -- Contracting Officer, 202-622-0797 Modernization of the Main Treasury Bldg. Request for Qualifications (SF 254s & SF 255s) is due on September 28, 1998. This synopsis will be published on or about August 17, 1998. POC Contact Dwight Stephens, 202-622-0795, Contracting Officer, Rosa Perry, 202-622-0797. The Department of the Treasury announces an opportunity for Architectural, Historic Preservation, and Mechanical and Electrical Engineer services. Architect-Engineer Services are required for the Modernization of the Main Treasury Building (MTB), Washington, DC. The Department of the Treasury Main Building is located at Pennsylvania Avenue and 15th Street, NW. The facility is approximately 502,000 gross square feet while containing approximately 422,000 useable square feet. The structure is a historic landmark of national significance. The design will require maintaining the operation of all existing systems in the occupied portion of the building during construction. The facility is currently occupied by the Secretary of the Treasury and his staff. The estimated total construction cost ranges between $75 and $90 million, with estimated construction duration of four (4) years. The Modernization of the Main Treasury Building will consist of the general renovation of the interior of the building. The design will include, but not be limited to design of a new heating, ventilation, and air conditioning system, a new electrical distribution system; a new state of the art communication and data system; fire/life safety upgrades, including sprinkler system and improvements to provide emergency egress; a new plumbing system, including upgraded plumbing fixtures; and compliance with the Americans with Disabilities Act (ADA). All improvements shall be designed to consider the historic fabric of the building and the Design Firm shall be responsible for acquiring approvals from the appropriate federal and local authorities responsible for historic preservation. The Scope of A-E services under this proposed Firm Fixed Price Contract may include, but not be limited to the following: predesign programming, survey of existing conditions; studies; presentations for client and historic preservation agencies; energy conservation analysis; development of tenant relocation plans and support for the relocation of tenants into swing space; complete architectural and engineering design; specifications and CADD drawings for Construction Documents; Value Engineering; Cost Estimating; Space Planning; Interior Design; Post Construction Contract Services, Record Drawings and Construction Phasing, A-E Inspection Services; and other related Services. The A-E Design Firm and its consultants shall be a qualified candidate for access into the Main Treasury Building and shall be required to submit the necessary background information for clearances to all building locations. To qualify for access to the Main Building, the firm(s) must not be under foreign ownership, control or influence; principals shall be citizens of the United States. The A-E selection will be completed inaccordance with FAR Subpart 36.6, as follows: A short list of the most qualified applicants will be based on the A-E Design Firms' qualifications submitted in response to this Request for Qualifications (RFQs). Discussion will be held with at least three of the most qualified firms regarding its concepts and ability to meet the SELECTION CRITERIA set forth herein. A Request for Proposal will be issued and negotiations will begin with the most preferred firm selected based upon the SELECTION CRITERIA, including interviews. The A-E Design Firm shall provide specific evidence of its capabilities for Historic Preservation Design and Engineering and shall express its favored design approach and philosophy on the submission of its qualifications. Qualifications submitted by each firm shall be reviewed and evaluated based upon the criteria listed hereunder. IN ADDRESSING EACH OF THE INDIVIDUAL ELEMENTS, the A-E Design Firm shall submit 8X10 graphics (maximum of three per project) and a typewritten description (maximum of one page per project) of projects completed within the past ten (10) years. Each project description shall show the size of the project, how the project addresses the qualification requirements, and a point-of-contact familiar with the project. Three projects shall demonstrate architectural and historical preservation accomplishments. These projects shall be comparable sized buildings of at least 50 years in age. Two projects shall demonstrate electrical, two projects shall demonstrate mechanical engineering accomplishments and two shall demonstrate plumbing systems. The same project may be used to demonstrate more than one area of expertise. The narrative shall address the design approach and salient features on each project including tangible evidence where possible, i.e., certificates, awards, peer recognition, etc. demonstrating design excellence and discuss how the clients design preservation/constraints were satisfied by the design. The selection criteria and relative weight of each criterion areas follows:(1) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (40%). A. Suitability of FIRM's previous experience of the type of work required herein, specifically accomplished in historic federal buildings. B. Occupied and phased renovation projects that reflect state-of-the-art office facilities in existing buildings. C. Familiarity of the proposed TEAM members with Metric system and ability to design Metric Units, submitting a specific summary of experience with the metric system. D. Experience of TEAM members working together on a large historic project. (2) CAPABILITIES OF FIRM (35%) A. Location of FIRM design and production office(s) proposed for this project and ability to coordinate the TEAM work among different design and production offices. B. FIRM and TEAM Office(s) from which the design and production will be performed, sufficiency of staff and technical resources available, not committed to other contracts, to undertake this project. C. Does the ENTIRE TEAM appear to have the required organizational leadership to be responsive to the requirements of this project? D. To what extent does the TEAM have the background to incorporate current technological systems into major existing historic structures? (3). PROFESSIONAL QUALIFICATIONS (10%). A. Relevant and specific TEAM, key individual experience and professional experience. B. How much experience do the members of the project TEAM have in successfully developing plans for major state-of-the-art office facilities in an existing structure? (4) PAST PERFORMANCE (10%) A. Based on major renovation projects in existing building examples, was the FIRM and TEAM responsive to the client's needs and did the firm comply with performance schedules? B. Do the major renovation project examples submitted by the FIRM indicate effective cost control measures and an in-place Quality Assurance Program? (5) SMALL BUSINESS AND MINORITY SUBCONTRACTING GOALS (5%) The A-E proposed subcontracting plan meets or exceeds Treasury's Small Business Subcontracting Plan and demonstrates successfully meeting or exceeding goals in previous contracts. Treasury's Small Business goals are as follows: Of the total amount for subcontracting, a 32% GOAL amount for small business enterprises, a 5% GOAL amount of the small business amount for small disadvantaged businesses, and a 5% GOAL amount of the small business amount for small women-owned businesses. The subcontracting plan must be in the required format (see FAR Clause 52.219-9). The entire project TEAM, including the A-E Design Firm selected, its designated lead designers, and ALL consultants who will work on the project will be evaluated. Standard Forms 254 and 255's shall reflect the entire Project TEAM. The Government will allow sufficient time for the A-E Design Firm to establish the teams and prepare for interviews. The A-E Design Firm SHALL have, or SHALL ESTABLISH within 30 days after the award of the contract, an active production office within the Washington Metropolitan Area. These boundaries are defined as the District of Columbia; Montgomery and Prince Georges Counties in MD; Arlington, Fairfax, Prince Williams and Loudon Counties in Virginia; and the Cities of Alexandria, Falls Church and Fairfax in Virginia. The government will not allow payment for travel, living expenses, computer-time or hookups for the prime or the consultants. In developing the project team, the A-E firms are advised that at least 65% of the level of contract effort must be performed in the Washington Metropolitan Area, excluding speciality consultants. If the A-E Design Firm is comprised of a partnership, corporation, joint venture or other legal entity permitted by law to practice architecture or engineering, a complete description of the proposed internal responsibilities of the component, shall be included in its submittals. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting completed SF-254s (for the A-E Design Firm, and subcontracting plan which must be dated not more than twelve (12) months before the date of this synopsis, and SF-255s (for the A-E Design Firm) along with a cover letter and other requested data TO: Department of the Treasury, Departmental Offices, Attention: Dwight Stephens, TBARR Project Office (Room 3064), 1500 Pennsylvania Avenue, NW, Washington, DC 20220, by 3:30 PM local time on September 28, 1998. The following information shall 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 52.214.10. 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 Design Firm SHALL respond to the EVALUATION CRITERIA stated in the CBD announcement. In BLOCK 11 of the SF-255, the A-E Firm SHALL sign, name, title and date the submittal. This procurement is open to small and large business concerns. Before award of the contract, the A-E Design Firm (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 an EVALUATION CRITERION, the A-E Design Firm shall submit along with its qualifications (SF-254 & SF 255) a narrative statement indicating how it will meet or exceed Treasury's subcontracting plans and goals as listed herein. Small, small disadvantaged and women-owned firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small business. All interested large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small and disadvantaged firms as part of their ORIGINAL SUBMITTED TEAMS. For information purposes only, the initial and complete preliminary schematic design as well as some limited progress design, specifications and CADD drawings were provided under contract by GMR Limited, 7913 MacArthur Blvd, Cabin John, Maryland 20818. See Numbered Note 24. Posted 08/11/98 (W-SN235581). (0223)

Loren Data Corp. http://www.ld.com (SYN# 0026 19980813\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page