|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1999 PSA#2406GSA, PBS, Property Development (5PC), 230 South Dearborn Street, Room
3516, Chicago, IL 60604-1696 C -- ARCHITECT AND ENGINEERING SERVICES UNDER THE DESIGN EXCELLENCE
PROGRAM FOR THE DESIGN OF A NEW FEDERAL BUILDING U.S. COURTHOUSE TO BE
CONSTRUCTED IN YOUNGSTOWN, OHIO SOL GS05P99GBC0033 DUE 081399 POC Pam
Wilczynski, Project Manager, 312.353.2496, Samantha Mehal, Contract
Specialist, 312.353.1323 PCN NOH99001. The General Services
Administration (GSA) announces an opportunity for design excellence in
public architecture. Architecture/Engineering (A/E) services are
required for the design of a new Federal Building U.S. Courthouse to be
constructed in Youngstown, Ohio. The Government desires that the
building be a distinguished addition to the Central Business District
of Youngstown. The design should be an expression of the American
architectural tradition and a visual testimony to the dignity,
enterprise, vigor, and stability of the American Government. The
objective of this process is to select a lead designer (and firm)
supported by highly qualified team of design professionals who will
produce a building that exemplifies design excellence. Accordingly,
this will be a two-stage selection process under GSA Design Excellence
procedures. Establishing the experience and design ability of the lead
designer (and his/her firm) is the focus of Stage I. The entire project
team's qualifications will berequested in Stage II. In Stage I,
associations, joint ventures, etc. are permitted. The Stage I selection
will result in a short list of a minimum of three lead designers and
their firms. This selection is open to design firms within the United
States. However, one of the Stage I evaluation criteria (5%) concerns
whether the design firm has an existing production office within the
designated geographical area consisting of the State of Ohio or within
a one hundred mile radius of Youngstown, Ohio. When developing the
project team required for Stage II, at least 35% of the design effort
(including working drawings) must be performed within the designated
geographical area. In Stage II of the selection process, the
short-listed firms are required to demonstrate how this will be
accomplished. Also, NOTE SHOULD BE TAKEN HERE THAT GSA HAS A FAST TRACK
SCHEDULE FOR THE PROCUREMENT OF THIS DESIGN CONTRACT. ALL FIRMS NEED TO
BE COGNIZANT THAT AN AWARD IS SCHEDULED IN OCTOBER 1999. STAGE I: For
this selection process, the lead designer and his/her firm will explain
their design philosophy regarding this project. The short list shall be
based upon: (1) LEAD DESIGNER PORTFOLIO (30%): submit 8"x10"
photographs (maximum of three per project) and a typewritten
description (maximum of one page per project) of three designs
attributable to the lead designer and contracted for within the past
ten years. Include challenges and resolutions within the description.
(2) PAST PERFORMANCE ON DESIGN FOR THE DESIGN FIRM (30%): submit 8"x10"
photographs (maximum of three per project) and a typewritten
description (maximum of one page per project) of a maximum of five
designs contracted for in the past ten years (include tangible evidence
-- affidavits, certificates, publication notices, awards, peer
recognition, etc.) demonstrating design excellence. (3) PHILOSOPHY AND
DESIGN INTENT (20%): in the lead designer's words, state his/her
overall design philosophy, approach to the challenge of resolving
design issues, parameters of design that apply to this project,
philosophy of creating a building that relates to the design fabric of
the downtown community, how designs should relate to historic
structures, etc. using a maximum of three typewritten pages. (4) LEAD
DESIGNER PROFILE (15%): the lead designer on this project shall submit:
a biographical sketch including education, professional experience
(including recognition for design efforts and description of areas of
responsibility), and commitment to this project. (5) DESIGNATED
GEOGRAPHICAL AREA (5%): scoring will be based on whether the design
firm has an existing and active design production office within the
designated geographical area. STAGE II: Following short listing, the
successful firms shall submit SF 255 and SF 254 for their project team.
The SF 255 and the SF 254 may be obtained from
http://www.gsa.gov/forms/far.htm. Contact Pam Wilczynski, Project
Manager, to receive directions for completing the modified SF 255 form.
The successful offerors will develop the complete project team and
submit SF 255 and SF 254s that reflect the entire project team.
Continuity of key personnel for the duration of the project will be
essential. It is not necessary to re-submit information submitted in
Phase I. GSA will establish the date these submittals are due and will
provide new selection criteria for the interviews and final selection.
The turnaround for the submission of the SF 255s and SF 254s will be
within 3 weeks of the successful offerors' notification. THIS SERVES AS
NOTICE TO ALL INTERESTED FIRMS THAT INTERVIEWS WILL BE CONDUCTED
PROMPTLY AFTER RECEIPT OF SF 254S AND 255S: GSA PLANS TO INTERVIEW THE
SHORT-LISTED FIRMS IN CHICAGO THE WEEK OF 20 SEPTEMBER 1999. The
selected design firm will be responsible for providing a design for the
new Federal Building U.S. Courthouse that will reflect the dignity of
the Courts and the Federal Government while invoking community pride.
This Federal Building and U.S. Courthouse should become an integral
part of the Youngstown community. Wood Street, Wick Avenue, and
Commerce Street bind the site selected by the Government in downtown
Youngstown, Ohio for this new Federal Building. The selected design
firm will be responsible for balancing the dichotomy between
representing the open legal system in the United States and maintaining
current security requirements. The U.S. Bankruptcy Court will occupy
the majority of the building: the balance of the building will be
standard administrative space pursuant to PQ100 standards. The site is
required to accommodate the courts and the other tenants 10-year space
requirements. Approximate gross area, including enclosed parking, is
50,000 square feet. Enclosed parking and surface parking is required.
Estimated construction cost for this project is approximately
$10,000,000. Professional services include the preparation of working
drawings and specifications and may require special services such as:
court design consultant, cost estimating, landscape/urban designer,
interior design, acoustics, fire protection, detention hardware, and
hazardous material. In addition: special studies, reports, planning,
supplemental programming services (a program has previously been
developed for this project), on-site surveys (including geotechnical
surveys and analyses, topographical and boundary surveys), value
engineering services, construction of courtroom "mock-up", construction
observation services, and other design and testing procedures that are
common in the construction industry will be provided if so requested
by GSA. Where offerors propose in-house staff to provide special
services, offerors should demonstrate that qualifications of in-house
personnel are equivalent to that of a consultant. Inclusion of a
certified fire protection engineer and a vertical transportation
consultant on the design team is required. The lead architectural
designer will be involved in selection of an artist and development of
artwork with the architecture. Offerors must demonstrate capability to
perform 35 percent of the design effort within the designated
geographical area. The anticipated final A-E contract will include
pre-design, schematic design, and design development services. The
contract may include options for bidding services, tenant improvement
services, and construction contract administration services.
Construction documents may require single bid package or preparation of
two or more separate bid packages. Construction may be achieved through
the use of a Construction Manager as Constructor (CMc) also referred to
as CM at Risk. The CMc will be involved in the design process to
provide: construction expertise, estimating and cost information, and
functionality and constructability reviews. The CMc may continue with
construction by separately procuring subcontracts for construction.
Design shall be hard metric (System International -- SI). Drawings
shall be created and submitted in native AutoCAD, latest release.
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 latest release format. The
firm/joint venture shall update software versions at their own expense.
The Government recognizes the talent existing in smaller firms and
encourages the contributions of new and innovative designers to public
architecture. This is open to both large and small business concerns
in accordance with the Small Business Competitiveness Demonstration
Program. In accordance with 15 USC 631 Et. Seq., the A-E will be
required to provide the maximum practical opportunities to small, small
woman-owned and small business concerns owned and controlled by
socially and economically disadvantaged individuals to participate as
subcontractors in the performance of the contract. The use of
subcontractors/consultants shown in the Stage II SF 255 and SF 254 will
be reflected in a Subcontracting Plan which will be included in the
contract. The detailed plan is required tobe submitted with the SF 255.
Each individual firm will determine the minimum acceptable
subcontracting target goals for this project. A small business
criterion for each category is based on the contractor's average annual
receipts for the proceeding three fiscal years. Contact your local SBA
office for further information. Firms seeking consideration for this
contract shall demonstrate a proactive effort to achieve the highest
subcontracting goals possible for small business, women-owned small
business, and small disadvantaged business concerns. Firms advancing to
Stage II must also provide a brief written narrative of outreach
efforts made to utilize small, disadvantaged, and women-owned
businesses. The narrative shall not exceed one typewritten page. An
acceptable subcontracting plan must be reviewed and approved by SBA
prior to award of this contract. Small businesses are not subject to
this requirement. Firms having the capabilities to perform the services
described herein are invited to respond by submitting three (3) copies
of the requested information for Stage I only along with a letter of
interest. To be considered, responses to this notice must be delivered
by 3:00 p.m., local time, 13 AUGUST 1999, to the General Services
Administration, Property Development Division (5PCO), 230 South
Dearborn Street, Room 3512, DPN: 35-6, Chicago, IL 60604, Attention:
Pam Wilczynski when responding to this announcement. The following
information must be on the outside of each submittal package: (1)
Solicitation number and title, (2) Due date, and (3) Closing time. Late
responses are subject to FAR provision 52.215.1. 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 highlyqualified. All other A/E
firms and consultants interested in participating in the design team
should submit only a one-page letter of interest that will be forwarded
to the short-listed firms. Firms are advised that the Government
intends to use a 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 08/06/99
(W-SN364547). (0218) Loren Data Corp. http://www.ld.com (SYN# 0022 19990810\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|