|
COMMERCE BUSINESS DAILY ISSUE OF MAY 26,2000 PSA#2609General Services Administration, Public Buildings Service (PBS),
Triangle Service Delivery Team (WPZ), 1100 Pennsylvania Avenue, N.W.,
Room 710, Washington, DC, 20407 C -- ARCHITECT ENGINEERING SERVICES BUREAU OF ALCOHOL TOBACCO AND
FIREARMS (ATF) NATIONAL HEADQUARTERS BUILDING, WASHINGTON, D.C. (202)
SOL GS11P00WZG0441 DUE 062300 POC Jannett Dyson, Contracting Officer,
Phone (202) 708-9082, Fax (202) 708-9920, Email jannett.dyson@gsa.gov-- Jannett Dyson, Contracting Officer, Phone (202) 708-9082, Fax (202)
708-9920, Email jannett.dyson@gsa.gov WEB: Visit this URL for the
latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=GS11P00WZG044
1&LocID=317. E-MAIL: Jannett Dyson, jannett.dyson@gsa.gov. C --
Architect Engineer Services Solicitation GS11P00WZG0441 Bureau of
Alcohol Tobacco and Firearms (ATF) National Headquarters Building,
Washington, D.C. (202) 708-9082 The General Services Administration
(GSA) announces an opportunity for Design Excellence competition public
architecture for performance of Architectural-Engineering Design for a
new, single tenant building for the Bureau of Alcohol Tobacco and
Firearms (ATF) National Headquarters in accordance with General
Services Administration (GSA) quality standards and requirements. The
building is approximately 422,000 gross square feet, including 200
parking spaces, at a proposed site located at 1st Street and New York
Avenue, NE, Washington, DC. GSA National Capital Region (NCR),
Solicitation No. GS11P00WZG0441. The Estimated Construction Cost range
is $60-79 million. The facility will be designed in metric units. The
scope of work will require at a minimum: metric construction drawings,
specifications, cost estimates, value engineering services,
computer-aided design and drafting (CADD) and post construction
contract services (PCCS) for a headquarters facility that includes the
construction of a new building and related systems, parking structure,
site development, client program requirements, and sustainable
features. The building to also include the GSA design standards for
secure facilities. The proposed site is located at a major gateway into
the Nation_s Capitol. This new project will be an anchor development in
the neighborhood and should make a distinct architectural statement
that is responsive to the overall urban design and quality of life of
this burgeoning mixed-use neighborhood. This is a Request for
Qualifications (RFQ) of A-E firms/Lead Designers interested in
contracting for this work. The A-E firm as used in this RFQ is an
association, joint venture, partnership or other entity that will have
contractual responsibility for the project design. The Lead Designer
is the individual or design studio that will have primary
responsibility to conceive the design concept and the building_s
architecture. The A-E firm must address the contractual relationship
with the Lead Designer and its ability to manage the design and
production of construction. In developing the project team, the A-E
firms are advised that at least 35% of the level of contract effort
must be performed in the Washington Metropolitan Area. The government
will not allow payment for travel, living expense, computer time or
hookups for the prime or the consultants. The A-E selection will be
completed in three 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 cover letter referencing the CBD announcement and briefly
describing the firm and its location, organizational makeup, and
noteworthy accomplishments. Modified Standard Forms 254
(Architect-Engineer and Related Services Questionnaire), and SF 255
(Architect-Engineer and Related Services Questionnaire for Specific
Project). Identification of consultants is not required at this stage.
Submission requirements and evaluation criteria: (1) Past Performance
on Design (35%): 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 new construction 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
approach to the challenge of public architecture, issues, and
parameters that may apply in creating a state-of-the-art headquarters
office building in an urban neighborhood environment. (3) Lead Designer
Profile (15%): Submit a biographical sketch (maximum of three pages)
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: (25%) 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 new
construction projects completed in the last ten years. Thenarrative
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 project. A panel consisting of a private sector peers, and
representatives of ATF and GSA will evaluate the submissions. 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. All project team members will be subject to
background investigation. 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 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. The Stage II evaluations will culminate with an
interview with the A-E Selection Board. Stage II rankings will be used
in conjunction with Stage I rankings to determine the firms that will
be invited to participate in Stage III. For Stage III, A minimum of
three firms will be invited to participate in Stage III, and will be
further evaluated by an anonymous design competition, judged by a Jury
of independent professionals. The purpose of the design competition is
to further evaluate the A/E_s qualifications for this project by
evaluating the design merits of each designer_s _vision_ for this
specific project. The design competition proposals will be used to
enhance the designer_s portfolio in the evaluation process and will be
used in conjunction with Phase I and Phase II rankings in the final
evaluation of the A/E firms. The designer_s _vision_ will weigh
substantially in the final A/E firm selection by the GSA. The submitted
concept designs become the property of the Government and may or may
not be the basis, whole or in part, for the development of the final
building design. FOR STAGE I SUBMITTALS: Firms having the capabilities
to perform the services described in this announcement are invited to
respond by submitting completed SF-254_s (for the A-E Design Firm_),
which must be dated not more than twelve (12) months before the date of
this synopsis, and SF-255 (for the _A-E Design Firm_)along with letter
of interest 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 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 Design Firm MUST respond to the FOUR (4) EVALUATION CRITERIA stated
in the CBD announcement for this STAGE I Solicitation. In BLOCK 11 of
the SF-255, the A-E Firm MUST sign, name, title and date the submittal.
This procurement is being made under the Small Business Competitiveness
Demonstration Program (FAR 52.219-19). This procurement is open to
small and large business concerns. Before award of the contract, the
A-E (if not a small Business of $2,500,000 gross average over three
years) shall be required to present anacceptable Small Business and
Small Disadvantaged Business Subcontracting Plan in accordance with
Public Law 95-507. Small, small disadvantaged and women-owned forms 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 and
disadvantaged firms as part of their ORIGINAL SUBMITTED TEAMS. Contract
will be procured under the Brooks Act and FAR 36. This is not a Request
for Proposal. Posted 05/24/00 (D-SN457970). (0145) Loren Data Corp. http://www.ld.com (SYN# 0031 20000526\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|