Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 20,1999 PSA#2391

General Services Administration, Public Buildings Service (PBS), Potomac Service Delivery Team (WPG), 7th & D Streets, SW, Room 6901, Washington, DC, 20407

C -- SUPPLEMENTAL A-E / INTERIOR DESIGN SERVICES FOR THE PUBLIC BUILDINGS SERVICE (PBS) FIRST IMPRESSIONS INITIATIVE AND RELATED SERVICES, SOL GS11P99MAD0555 DUE 082099 POC Ronald Noll, Contracting Officer, Phone (202) 708-9770, Fax (202) 260-6388, Email ronald.noll@gsa.gov -- Ronald Noll, Contracting Officer, Phone (202) 708-9770, Fax (202) 260-6388, Email ronald.noll@gsa.gov WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=GS11P99MAD055 5&LocID=302. E-MAIL: Ronald Noll, ronald.noll@gsa.gov. The General Services Administration (GSA) announces an opportunity for Design Excellence in Public Architecture. Supplemental Architect-Engineer / Interior Design Services for the Public Buildings Service (PBS) First Impressions Initiative and Related Services, Nationwide. The First Impressions Initiative is a collaboration of the GSA and other Federal agencies. Building on the success of the Design Excellence program for federal buildings, this program_s mission is to enhance the public_s perception of the GSA and the federal government by improving the appearance and efficiency of GSA buildings. These buildings belong to the American public and exist to serve them. Public architecture forms a meaningful image in our collective imagination and together, we can make it the best image possible of an efficient, effective, and professional government. The factors that most influence visitors_ first impressions of the buildings, including: the approach and immediate exteriors; building lobbies; elevator lobbies and corridors; elevators; stairs and escalators; agency entrances; and public concession areas. Functional support and expertise for the First Impressions Initiative will be typically be in the areas of; Transforming the Building Image; Reducing Clutter; Consolidating Functions; Unifying Signage; and Streamlining Security. This procurement will establish Indefinite Delivery Indefinite Quantity (IDIQ) Contracts to provide design and related services for federal facilities; owned, leased and/or controlled, nationwide. This contract is national in scope, supporting all existing and future federal and other types of real property. Multiple A-E contracts may be awarded. All services will be procured through the issuance of individual Work/Delivery Orders, each defined by a separate scope of work. The term of the contracts shall be for a one (1) Base Year Period, followed by four (4) one-year Option Periods, not to exceed $1,500,000 for each Period, for an aggregate dollar value of $7,500,000. Consideration for these Contracts will nationwide. The scope of the design A-E services may include, but not be limited to, the following: pre-design programming, site survey and investigation, space planning, design programming, interior design, signage and graphics design, complete design services, computer aided design and drafting (CADD), working drawings, specifications, cost estimating, landscape design, design review, value engineering services, post construction contract services (PCCS), and other required supplemental services if so requested. This is a Request For Qualifications (RFQ), under Design Excellence Stage I, of A-E Firms/Lead Designers interested in contracting for this work. The A-E Firm as used in this RFQ is a partnership, corporation, association, or other entity that will have contractual responsibility for the projects design. The Lead Designer is the individual or design studio that will have primary responsibility to conceive the interior design concepts into the building_s architecture. The LeadDesigner must demonstrate his/her ability to provide design excellence in the following areas: interior design, design of similar facilities (scale, building type etc.), design with similar conditions (historic site, relation to existing buildings, building materials, etc.). The A-E Firm must address the contractual relationship with the Lead Designer and his/her ability to manage the design, production of construction documents and construction management of these projects. The Selection will be completed in two stages as follows: In STAGE I, interested firms will submit portfolios of accomplishment that establish the design capabilities of the A-E Firm and their Lead Designer. All documentation will be in an 8 12_ x 11_ format. The portfolio should include the following: A signed cover letter referencing the CBD announcement and briefly describing the firm and its location, organizational makeup, and noteworthy accomplishments. Standard Form 254 (Architect-Engineer and Related Services Questionnaire), and a modified SF 255 (Architect-Engineer and Related Services Questionnaire for Specific Project) for Design Excellence using Block 10 for responses to the Criteria (1 2, 3, 4) noted below, OR a tabbed index of the responses to the Criteria (1 2, 3, 4) noted below. Identification of consultants is not required at this stage. Submission requirements and evaluation criteria: (1) Past Performance on Design (30%): The A-E Firm will submit graphics (maximum of three pages per project) and a typewritten description (maximum of two pages per project) of not more than five projects completed in the last ten years. The narrative shall address the design approach with salient features for each project and discuss how the client_s program, functional, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Provide a client reference contact for each project, including name, title, address, phone, and fax numbers. A portion of one page, presented for each project must include a representative floor plan and either a site plan or a building section. (2) Philosophy and Design Intent (25%): In the Lead Designer_s words, (maximum of two typewritten pages) state his/her overall design philosophy and general approach to design problem solving. In particular as it relates to this project. (3) Lead Designer Profile (15%): Submit a biographical sketch including education, professional experience, recognition for design efforts inclusive of examples. Identify and describe areas of responsibility and commitment to each project. (4) Lead Designer Portfolio: (30%) Submit a portfolio representative of the Lead Designer_s ability to provide design excellence. Submit graphics (maximum of three pages per project) and a typewritten description (maximum of two pages per project) of not more than three projects completed in the last ten years. The narrative shall address the design philosophy with salient features for each project and discuss how the client_s program, functional, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Where there is duplication with criteria (1), the Lead Designer will address his/her participation in the projects. The submissions will be evaluated by a panel consisting of a private sector peer, and representatives of GSA. The panel will establish a short list of three to six firms. For STAGE II, the short listed firms will be notified and asked to submit more detailed information indicating each member of the design team, including all outside consultants. The firms will be required to complete Standard Forms 254 and 255 that reflect the entire design team. The Government will establish the detailed evaluation criteria and the date these submittals are due and provide the selection criteria for the interviews along with a Stage I short list announcement. Sufficient time will be provided for the A-E design firm/Lead Designer to establish its team. The panel will interview each team. Candidates should be prepared to discuss all aspects of the criteria indicated above and to demonstrate the ability to fulfill all project requirements. Emphasis will be placed on the unique aspects of the project, design philosophy, possible approaches in carrying out the project, and project management. FOR STAGE I SUBMITTALS: Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting TO: General Services Administration, 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 Provision52.214.7. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 19.10). This procurement is open to small and large business concerns. Before award of the contract, the A-E (if not a small Business of $4,000,000 gross average over three years for SIC 8711/8712) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. 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. Award of this contract is contingent upon funding approval. Contract procured under the Brooks Act and FAR 36. This is not a Request for Proposal. Posted 07/16/99 (D-SN355499). (0197)

Loren Data Corp. http://www.ld.com (SYN# 0023 19990720\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page