Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 3,2000 PSA#2570

General Services Administration, Public Buildings Service (PBS), Maryland North Service Delivery Team (WPH), 7th & D Streets, S.W., Washington, DC, 20001

C -- NOAA SATELLITE CONTROL AND ENVIRONMENTAL PREDICTION CENTER SOL GS11P00YQC0082 DUE 050100 POC Vincent Matner, Contracting Officer, Phone (202) 219-2457, Fax (202) 219-2371, Email vince.matner@gsa.gov WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=GS11P00YQC008 2&LocID=248. E-MAIL: Vincent Matner, vince.matner@gsa.gov. This is an opportunity for Design Excellence in Public Architecture. The General Services Administration (GSA) is seeking Architect -- Engineer (A-E) services for the design of a new NOAA satellite control and environmental prediction center in Suitland, Maryland. The building is to be located on the Suitland Federal Center at the intersection of Suitland Road and Silver Hill Road, Suitland, Maryland. The proposed facility is to be approximately 208,271 gross square feet excluding parking and approximately 383,271 gross square feet including parking. The estimated total construction cost ranges between $45 and $55 million with estimated construction duration of 18 months. The design will include, but not be limited to, fiber optic cable network distribution to desktops, state-of-the-art data and telephone communication systems, flexible/reconfigurable spaces, dedicated computer circuits and stabilized power with power distribution units, Uninterruptible Power System with standby generators, buildingautomation system, and the standard architectural, civil, structural, mechanical, electrical, fire/life safety, plumbing, HVAC, electrical, and compliance with the Americans with Disabilities Act (ADA). The office space and computer centers will require a floor-to-floor height of 15 feet and raised flooring. The Command and Control Center requires a floor-to-roof height of 30 feet, raised flooring and high bay mechanical plenum heights. Due to the critical nature of the facility and the fact that this is the only Satellite Command and Control Center of its kind for NOAA, the facility must have a 24 hour, seven day per week operational capability, and therefore will have redundant electrical, mechanical, and plumbing systems. A structured parking garage with 500 spaces also will be built at the Suitland Federal Center for NOAA. The Scope of A-E services under this proposed Firm Fixed Price Contract may include, but not be limited to the following: predesign programming, code review, presentations to NOAA, energy conservation analysis, development of tenant housing plans, complete architectural and engineering design, specifications, and CADD drawings for construction documents, value engineering, cost estimating, space planning, interior design, post construction contract services (PCCS), record drawings, construction phasing, and other related services. The following disciplines and/or consultants will most probably be required: Architectural, Civil, Structural, Mechanical, Electrical, Geotechnical, Interior Design, Food Service, Space Planning, Fire Protection and Life Safety, Security, Communications, Lighting, Acoustics, Cost Estimating, Elevators, Roofing, and Landscaping. All services will be procured through the issuance of a contract that will include all elements of work that are envisioned to be funded. The construction contract is envisioned to be procured through a normal invitation to bid process. The A-E selection will be completed in accordance with FAR Subpart 36.6, as follows: 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. Consideration for the contract will be nationwide. The government will not, however, allow payment for travel, living expenses, computer-time or hookups for the prime or the consultants. The A-E selection will be completed in two stages as follows: STAGE I: The first stage will establish the Design Excellence capabilities of the A-E design firm and its Lead Designer. The _Lead Designer_ is the individual or design studio who will have the primary responsibility to conceive the design concepts for this NOAA facility. Qualifications submitted by each firm will be reviewed and evaluated based on the following criteria: I. PHILOSOPHY AND DESIGN INTENT (25%): In the Lead Designer_s words, (maximum of two single sided typewritten 8-1/2_ x 11_ pages) state your overall design philosophy, general approach to design problem solving, understanding of current design issues, and approaches and solutions applicable to this project. This shall include the parameters of design that apply to this project, and the philosophy of creating state-of-the-art office buildings and office building complexes with significant information management systems that interact with the fabric of a state-of-the-art expanding campus. II. LEAD DESIGNER PORTFOLIO (25%): Submit a portfolio representative of the Lead Designer_s ability to provide design excellence. Submit graphics (maximum of three single sided 8-1/2_ x 11_ pages per project) and a typewritten description (maximum of two single sided 8-1/2_ x 11_ pages per project) of not more than three new construction projects completed within the last ten years attributed to the Lead Designer. Narratives shall include a discussion of design challenges and resolutions. III. PAST PERFORMANCE ON DESIGN (35%): The A-E design firm will submit graphics (maximum of three single sided 8-1/2_ x 11_ pages per project) and a typewritten description (maximum oftwo single sided 8-1/2_ x 11_ pages per project) of not more than five (5) new construction projects completed within the last ten years. The narrative shall address the design philosophy with salient features for each project (include tangible evidence where possible, i.e. certificates, awards, peer recognition, etc., demonstrating design excellence) and discuss how the client_s program, functional, image, mission, economic, schedule, and operational objectives were satisfied by the overall planning/design solution. IV. LEAD DESIGNER PROFILE (15%): Submit a profile of the Lead Designer covering education, professional experience, and accomplishments (maximum of one single sided 812_ x 11_ page). Provide the names and phone numbers of client references that can be contacted to verify performance on projects identified in criteria II and III above. Stage I selection will be based on the above four criteria. STAGE II. In this stage, the project team, which will now include all of the consultants who will work on the project, will be evaluated. The short listed A-E design firms will resubmit Standard Forms 254 and 255 which reflect the entire project team. The Government will establish the criteria and the date these submittals are due, and provide the selection criteria for the interviews and final selection. The short listed firms will be announced in the EPS and CBD. For Stage I, A-E design firms having the capabilities to perform the services described in this announcement are invited to respond by submitting a completed SF 254 which must be dated not more than six (6) months prior to the date of this synopsis, and an SF 255 along with a letter of interest to: Vincent E. Matner, P.E., Contracting Officer, General Services Administration, National Capital Region, ROB Bid Room 1065, 7th & D Streets, SW, Washington, DC, 20407 by 3:00 PM local time on the due date of this notice. The following information shall 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 the A-E design firm. Complete the SF 255 as follows: On page 3, complete items 1 through 4, inclusive. Do not respond to item 5. On pages 4-10 inclusive, no response is required. On page 11, under item 10, respond to the Stage I evaluation criteria stated in this CBD announcement. And in block 11, sign, name, title, and date the submittal. This procurement is open to small and large business concerns. Before award of the contract, the A-E design firm (if not a small Business of $2,500,000 gross average over three years) 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 small business firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested 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 women-owned small business firms as part of their original submitted teams. This contract is being procured under the Brooks Act and FAR 36. This is not a Request for Proposal. Posted 03/30/00 (D-SN439637). (0090)

Loren Data Corp. http://www.ld.com (SYN# 0023 20000403\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page