|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,1999 PSA#2376General Services Administration, Public Buildings Service (PBS),
Property Development Division (1PC), 10 Causeway Street, Boston, MA,
02222-1077 C -- A-E SERVICES, BUILDING MODERNIZATION, THOMAS J. MCINTYRE FEDERAL
BUILDING, PORTSMOUTH, NH SOL GS-01P-99-BZC-0020 DUE 072699 POC Deborah
Fournier, Contracting Officer, Phone (617) 565-5970, Fax (617)
565-5967, Email deborah.fournier@gsa.gov -- Deborah Fournier,
Contracting Officer, Phone (617) 565-5970, Fax (617) 565-5967, Email
WEB: Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=GS-01P-99-BZC
-0020&LocID=258. E-MAIL: Deborah Fournier, deborah.fournier@gsa.gov.
The General Services Administration (GSA) is seeking Architect-Engineer
(A-E) Services for the renovation and modernization of the 108,900 SF,
Thomas J. McIntyre Federal Building, Portsmouth, NH. The project will
modernize and realign deteriorated office space, renovate the main
lobby and recapture vacant postal workroom space. Other components of
the project include but are not limited to: asbestos abatement
throughout the building, replacement of the roof and windows, exterior
facade refurbishing including skylights. Life safety upgrades include
extension of the sprinkler system, emergency lights, expand fire alarm
system, public address system, wiring to emergency power transfer
switch, limited seismic reinforcement. Upgrades to the mechanical and
electrical systems and wiring to the EMS system. Rest rooms and stair
upgrades, plaza upgrades and elevators in the building will be upgraded
to include seismic reinforcement and meet the requirements of the
Americans with Disabilities Act (ADA). And any other design work deemed
necessary to implement the concepts developed during previous
renovation studies or that arise during the development of concept
design. This project shall be designed in metric units. The
construction contract will have a base contract for those elements of
work that can be executed within the Congressionally mandated cost
limitation and contract options, alternates or line items for those
elements of work that may be funded from other sources. 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 their specialty (architecture/engineering)
in the state of New Hampshire. The estimated construction cost of this
project is in the range of $5,000,000 -- $10,000,000. The A/E fee for
design services shall be within the 6% statutory limitation based on
the government construction estimate at the time of negotiation.
Services required include, but are not limited to: planning phase
feasibility studies including construction phasing and swing space
design, design programming, design, cost estimating/analyses, code
review, value engineering management, post construction contract
services (PCCS) (Option), record drawings, construction management,
administration and inspections (Option), testing oversight and review,
building turnover coordination, post occupancy evaluations 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, Fire Protection and Life Safety, Hazard
Materials, Lighting, Cost Estimating, Elevators, Roofing, Construction
management and administration, testing and inspection services.
Consideration is limited to firms having a active design/production
office located within the New England Region, CT, MA, ME, NH, RI, VT.
Al east one member for the contract will be New England wide. The
selected A-E must have a production office within the six New England
states. The Evaluation Criteria for selection are as follows: (1)
EXPERIENCE: (35% weight factor), Past projects demonstrate creativity
in applying innovative engineering design approaches, energy
conservation, sustainable design principles (building _green_), and
indicate an integrated HVAC design excellence strategy, demonstrate
creativity in interior design. Projects have received
awards/recognition for design excellence. Past projects are of office
modernization and similar complexity and size. (2) TEAM_S PROFESSIONAL
QUALIFICATIONS/EXPERIENCE (25% weight factor), Individual key persons
have appropriate qualifications and experience to bring a level of
excellence to all aspects of this project. Project team/consultants
demonstrate an approach that endeavors to provide a well managed and
coordinated design effort. Project Manager proposed has the leadership
and experience to be responsive to the requirements of this project.
(3) ORGANIZATION (25% weight factor), Firm_s ability to meet/work
within constrictive time frames. Office production methods/technology,
familiarity with metric document production. The proposed team has
previous experience working together. The firm_s commitment to projects
requirements/opportunities available for small, minority, and woman
owned businesses. The team indicates a clear commitment to performing
a significant portion of the project_s design/construction documents in
New England. The team proposed demonstrates an approach to project
accomplishment that will effect an efficiently executed and well
coordinated project. (4) QUALITY AND COST CONTROL (15% weight factor),
Ability to evaluate/develop accurate preliminary project budgets;
ability to control project costs during design process; methods used to
coordinate construction documents, work of various engineering
disciplines, and provide general production quality control. If
selectedfor 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. 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 under SIC Code 1812) 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 2000 subcontracting goals of 40% for small
businesses, 5% for small disadvantaged businesses and 5% for small
women-owned businesses. 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, New England
Region, T.P. O_Neill Jr. Federal Building room #975, 10 Causeway Street
Boston, MA 02222-1077, by DATE: 07/26/99, TIME: 3:00 PM .local time.
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
and title) and date the submittal. Award of this contract is
contingent upon funding approval. This contract is being procured under
the Brooks Act and FAR 36. This is not a Request for Proposal. Posted
06/24/99 (D-SN346830). (0175) Loren Data Corp. http://www.ld.com (SYN# 0014 19990628\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|