Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,1999 PSA#2376

General 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