|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 4,1998 PSA#2235GSA, PBS, Property Development Division, Admin./Procurement Services
Branch-6PCA, 1500 East Bannister Road, Room 2135, Kansas City, MO
64131-3088 C -- ARCHITECT-ENGINEERING DESIGN SERVICES SOL GS06P98GZC0514 DUE
010799 POC Contracting Officer, Linda E. Hale, (816) 926-7431 X295 The
announcement published on 5-27-98 is being modified as follows.
Offerors who previously responded shall advise GSA in writing if you
want your submittal to be considered for this announcement and/or
submit revisions to your proposal, as appropriate, no later than the
response time indicated in this announcement. Architectural-Engineering
(A-E) Design Services are required for the proposed critical systems
improvements and space alterations necessary to renovate the Edward
Zorinsky Federal Building, 215 North 17th Street, Omaha, Nebraska, to
provide a high quality office environment. The objective of the
selection process is to select a renovation designer and a firm that
exemplifies design excellence. Accordingly, this will be a two stage
selection process that will establish design excellence as the initial
level of selection and project team qualifications as the final
criteria for selection. In this process, the design person and the
associated architectural design firm that will, as a minimum, develop
the design intent and conceptual design for this building is herein
identified as the key designer and the key design firm. The slate
selection process (initial level of selection) will result in a minimum
of three firms selected for interview and final selection. Stage I:
Offerors shall submit a modified SF 255 and SF 254. Contact Glen
Essink, GSA Project Manager, to receive the modified SF 255 form. Slate
selection will be based on the design excellence qualifications of the
key design firm and key designer. No other information shall be
submitted in the first stage. Selection shall be based upon: (1) Key
Designer Portfolio (35%): submit 8 inch x 10 inch photographs (maximum
of three per project) and a typewritten description (maximum one page
per project) of three designs attributable to the Key Designer and
contracted for within the past five years, including challenges and
resolutions. (2) Past Performance on Design (30%): for the key design
firm, submit 8 inch x 10 inch photographs (maximum of three per
project) and a typewritten description (maximum of one page per
project) for five designs contracted for in the past ten years (include
tangible evidence -- affidavits, certificates, publication notices,
awards, peer recognition, etc.) demonstrating design excellence. (3)
Design Intent (20%): in the key designers words, using the maximum of
one typewritten page, state your overall design approach to the
challenge of resolving design issues, parameters of design that apply
to this project, philosophy of renovating a building that relates to
the design fabric of the downtown community; partial solutions should
not be addressed at this time. (4) Key Designer Profile (15%): for the
key designer on this project, submit a biographical sketch including
education, professional experience, including recognition for design
efforts and description of areas of responsibility, and commitment to
this project. Stage II: Following slate selection, the successful
Offerors will develop the complete project team andsubmit SF 255 and SF
254s which reflect the entire project team. It is not necessary to
re-submit information submitted in the slate selection process. The
Government will establish the date these submittals are due, and will
provide new selection criteria for the interviews and final selection.
The proposed scope of work emphasizes exterior architectural work,
code compliance, environmental safety, energy conservation, and
interior modernization of all floors, and the penthouse. The building
will be structurally designed to resist the seismic forces required by
the BOCA building code for Omaha, Nebraska. Seismic design will
include all shear walls, structural bracing, floor bracing, and ceiling
bracing, determined to be necessary to meet BOCA code requirements. The
project will upgrade, restore, or replace obsolete building systems,
architectural features, finishes, and surfaces. This includes a
complete renovation of all office space walls, floors and ceilings. An
access floor system will be considered to facilitate wire management.
The buildings original roof will be replaced. All window glass and
spandrel panels on all floors will be removed and replaced. Additional
exterior work includes tuck-pointing masonry, replacing planters and
streetscaping. Lead base paint will be removed. Asbestos spray-on
fireproofing, which coats the underside of all floor slabs and
structural framing members, will be removed and replaced with an
acceptable fireproofing material. All asbestos pipe insulation will be
removed and replaced with non-asbestos insulating material. Elevators
will be replaced to meet ADA and fire control requirements. A new HVAC
system with air handling units, individual controls, ductwork system,
and variable air volume (VAV) boxes will be installed, along with an
energy management system. Energy conservation and new energy technology
will be a priority on this project. Possible new technologies may
include photovoltaic cell or solar collectors mounted on the roof of
the office tower to power the emergency lighting system or heat
domestic water. Handicapped accessibility upgrades of restroom
facilities include removal and replacement of all plumbing fixtures.
Fire and life safety systems will be removed and replaced, including
fire alarm and sprinkler systems, standpipes and fire pumps. All
lighting, conduits, outlets, power panels and switch panels on each
floor will be removed and replaced, along with the main building switch
gear and motor control centers. New lighting will be energy efficient
to lower operation and maintenance costs. Low voltage design includes
design of a new building security system and a conduit system for
telecommunications. The anticipated final A-E contract will include
pre-design, schematic design and design development services.
Construction document services, bidding services, tenant improvement
services and construction contract administration services will be
performed by another Government agency. During Construction Documents,
the A-E contract will include an option for review of the contract
documents and tenant documents for design intent. During bidding and
construction, the A-E contract will include an option for review of key
submittals for design intent. Throughout the project, the A-E will be
represented at all monthly progress meetings. Work may also include
construction observation services. Professional services will require
special services such as: asbestos and toxic material abatement (i.e.:
lead paint), interior design, fire safety, elevator consultant,
seismic, energy conservation, roof consultant and building code review,
special studies, reports, planning, programming services, and other
design and testing procedures that are common in the construction
industry. Where Offerors propose in-house staff to provide special
services, the short listed Offerors will be required in Stage II to
demonstrate that qualification of in-house personnel are equivalent to
that of a consultant. These consultants will only be required for
short-listed key designers. The renovated building will primarily
contain general office space. Estimated construction cost for this
project is approximately $40,000,000. Design shall be hard metric
(System International -- SI). Drawings shall be created and submitted
in native AutoCAD release 14 format or latest version. Drawings created
in other CAD programs and then translated into AutoCAD are not
acceptable. Formatting for electronic drawings shall be per GSA
standards. Specifications, reports, databases, and similar items shall
be submitted in native MSOffice 97 format. The firm/joint venture
shall update software versions at their own expense at the request of
the Government. In accordance with 15 USC 631 Et. Seq., the A-E will be
required to provide the maximum practical opportunities to small
business concerns owned and controlled by socially and economically
disadvantaged individuals to participate as subcontractors in the
performance of the contract. As part of its commitment to socioeconomic
initiatives of the Federal Government, the General Services
Administration has established for fiscal year 1999 subcontracting
goals of 25 percent total for small business, which includes 5 percent
for small disadvantaged business and 5 percent for women- owned
businesses. The use of subcontractors/consultants shown on the Stage II
submitted SF 254's will be reflected in a Small Business and Small
Disadvantaged Business Subcontracting Plan included in the contract.
Firms advancing to Stage II must also provide a brief written narrative
of outreach efforts made to utilize small, dis- advantaged, and
women-owned businesses. The narrative shall not exceed one type-written
page. An acceptable subcontracting plan must be agreed to before
contract award. (Small businesses are not subject to this requirement.)
To be considered, responses to this notice must be delivered by 2:00
p.m., local time, January 7, 1999, to the General Services
Administration, Office of Business and Support Services (6ADB), 1500
East Bannister Road, Room 1161, Kansas City, MO 64131-3088. Firms
wishing to be considered must submit their completed SF-254 and SF-255
and other pertinent information as required above. When responding to
this announcement, Offerors should fully address their capability with
regard to each of the above stated minimum requirements and evaluation
factors. The top ranked firms will be recommended for development of
Stage II proposals and interviews based on their written response to
this announcement. A follow-up announcement shall be placed in this
publication containing a list of the firms considered to be the most
highly qualified. Award of this contract is contingent upon the receipt
of design funds. The successful offeror is advised that the Government
intends to propose the use of the partnering process during the design
and construction of this building. The proposed contract is not set
aside for small business. This is not a request for a fee proposal.
Posted 12/02/98 (I-SN276321). (0336) Loren Data Corp. http://www.ld.com (SYN# 0011 19981204\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|