Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 13,2000 PSA#2555

General Services Administration, Public Buildings Service (PBS), Chesapeake Realty Services District (3PC), The Wanamaker Building, 100 Penn Square East, Philadelphia, PA, 19107-3396

C -- FULL ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR REPAIR AND ALTERATION WORK FOR THE MODERNIZATION OF THE BASE PORTION OF THE FALLON FEDERAL BUILDING, 31 HOPKINS PLAZA, BALTIMORE, MD SOL Reference-Number-A-E-Chesapeake-00-0002 DUE 041700 POC Patti Vaughn, Contracting Officer, Phone (215) 656-6144, Fax (215) 656-5838, Email patti.vaughn@gsa.gov -- Patti Vaughn, Contracting Officer, Phone (215) 656-6144, Fax (215) 656-5838, Email patti.vaughn@gsa.gov WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=Reference-Num ber-A-E-Chesapeake-00-0002&LocID=55. E-MAIL: Patti Vaughn, patti.vaughn@gsa.gov. The General Services Administration (GSA) Announces an opportunity for Full Architectural and Engineering (A-E) design services for Repair and Alteration (R&A) work for the modernization of the base portion (basement, ground, first and second floors) of the Fallon Federal Building located at 31 Hopkins Plaza in Baltimore, MD. The Fallon Federal Building, built in 1967, provides 694,787 gross square feet and 280 parking spaces to house 1092 employees. The lower (base) portion of the building affected by this project involves approximately 225,000 gsf. The prospectus work includes but is not limited to the replacement of the heating, ventilation, and air conditioning (HVAC) system as well as life safety, accessibility, electrical upgrades and space renovation in this portion of the building. Serious problems with the HVAC serving this portion of the building will be corrected and office space will be upgraded to a level comparable to the tower renovations currently in progress. Extensive work above the ceilings necessitate full asbestos abatement of fireproofing. Electrical system upgrades are also needed, as well as minor upgrades to restrooms and fire safety features. The building will be occupied during the construction. The estimated construction cost for the required renovations is between $10,000,000 and $15,000,000. Project schedule currently shows construction occurring April 2002. The A-E services include review of existing documentation, survey and data gathering, pre-design survey, concept design, swing space and move coordination. Options will include: Preliminary Construction Documents, Final Construction Documents and Post Construction Award Services. The significant selection criteria, in relative order of importance, are as follows: 1. Past Project and Team Experience with Related Projects -- The firm will demonstrate experience in no more than five projects completed with the last 10 years: a.)three of the five must be completed through construction in occupied buildings with swing space/move coordination experience, b.)two of the five must be similar in size, scope and complexity, and c.)demonstrate experience in construction support services in the above mentioned projects. 2. Personnel Qualifications Team members will be evaluated on the basis of their education, professional registration, knowledge and application of all relevant codes and standards, experience within each of the disciplines identified, ability to work as a team member on Repair and Alterations projects of similar size and scope. 3. Organization and Management Capability of team organization and ability to control budgets, schedules and quality assurance. Critical factors include examples of creative problem solving, types and numbers of personnel in desired disciplines, prior experience of team members, and length of working relationship, either as individuals from different firms or within the prime's organization. 4. Design Innovations Provide examples of three innovative design solutions and the processes used to develop them. The solutions and processes should illustrate one or more of the following: energy efficiency, value engineering, sustainable/green principles, life cycle cost analysis, system maintainability and/or user comfort and flexibility. Supplemental points will be assigned to firms with an existing production office within the State of Maryland and for utilizing women owned and small disadvantaged businesses. Special attention should be given in the following areas of the SF255: Item 7: List only the designated team members including staff professionals who will actually perform the major tasks under this contract. Item 8: List only five projects, not five projects for each firm (joint venture/consultants). Indicate which firms performed each of the projects. Include only relevant projects of similar size and scope to those to be performed under this contract. Item 9: Give a point of contact and telephone number for each project. Item 10: In a narrative form, outline your firm's approach to design reviews, quality control, project management, and schedule control. Include any additional information regarding the firm's qualifications to perform work similar in scope and size to this project. Firms meeting the criteria with capability to perform the services described herein are invited to respond by submitting complete SF 254 and 255 along with a letter of interest identifying this announcement by reference number: A/E- Chesapeake-00-0002 to GSA, Region 3, Chesapeake Realty Services District, The Wanamaker Building, Room 625, 100 Penn Square East, Philadelphia, PA 19107, Attn: Patti Vaughn by April 17, 2000. This procurement is being made under the Small Business Competitiveness Demonstration Program on an unrestricted basis under full and open competition. (SIC code 8711). This is not a request for proposal. In accordance with Public Law 95-507, the A/E will be required to provide the maximum practicable opportunities for small business concerns and small business concerns owned and controlled by sociallyand 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 2000 subcontracting goals of 20 percent for small business, 5 percent for small disadvantaged business, 5 percent for women-owned business, and 1.5 percent for HUBZone participants. In support of the agency efforts, firms seeking consideration for this contract should provide maximum practicable subcontracting opportunities for small, small disadvantaged, women-pwned and HUBZone businesses. The use of subcontractors/consultants shown on the submitted SF 254's will be reflected in a Small Business and Small Disadvantaged Business Subcontracting Plan included in the contract. Firms must also provide a brief written narrative of outreach efforts made to utilize small, small disadvantaged, women-owned and HUBZone businesses. The narrative shall not exceedone type written page. An acceptable subcontracting plan must be agreed to before contract award. Posted 03/09/00 (D-SN432765). (0069)

Loren Data Corp. http://www.ld.com (SYN# 0016 20000313\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page