Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 9,2000 PSA#2618

GSA, DC South Service Delivery Team (WPK), 7th & D Streets SW, Room 2670, Washington, DC 20407

C -- ARCHITECT-ENGINEER (A-E) SERVICES FOR THE MODERNIZATION OF THE MARY E. SWITZER BUILDING SOL GS11P00MQC0041 DUE 060900 POC Michael Vrobel, Contracting Officer, Collette Scott, Contract Specialist (202) 708-7853/6061 WEB: Modernization for the Mary E. Switzer Building in Washington,, http://www.gsa.gov/regions/r11/wpk/wpk.htm. E-MAIL: Modernization for the Mary E. Switzer Building in, collette.scott@gsa.gov. The CBD announcement is hereby modified to change the Small Business Size Standards from $2,500,000 to $4,000,000 gross over 3 years. The General Services Administration (GSA) announces an opportunity for Design Excellence in Public Architecture. Architect-Engineer (A-E) services are required for the Modernization of the Mary E. Switzer Building in Washington, D.C. for the GSA National Capital Region (NCR): Solicitation No. GS1100MQC0041. The facility will not exceed 55,825 gross square meters. The building will include 34 interior and 124 exterior parking spaces. The design project shall require maintaining the operation of all existing systems in the occupied building during construction. The Social Security Administration, Department of Health, Education and Welfare, and the United States Information Service occupy the facility. The estimated base construction cost for the renovation is estimated to be $38,000,000, and this may be extended to $68,000,000 if the government decides to exercise the tenant improvement option. The design will include, but not be limited to the following for the renovation: providing design and other related services for modernizing the facility to comply with current life/safety codes. The infrastructure and interior spaces including HVAC systems, plumbing, electrical power system and lighting, security and emergency power systems, telecommunications, fire suppression/alarm systems, toilet facilities, asbestos and lead abatement. The scope of A-E services under this Fixed Firm Price Contract may include Field Inspections; Surveys; Studies coordinating with regulatory agencies; Energy Conservation Analysis; Examinations; Sampling and Testing; Architectural and Engineering Design; Preparation of Specifications (AIA Masterspec/CSI format), and CADD drawings for Construction Documents; Value Engineering; Cost Estimating (Uniformat Level III/CSI format) for phased contract documents; Space Planning; Interior Design; Tenant Build-out; Post Construction Contract Services (PCCS); Construction Phase A-E Services; Inspection Services; Record Drawings; and other related services. The facilities will be designed and constructed in "hard" metric (System International) units. The A-E selection will be completed in two stages as follows: Stage I: The first stage will establish the Architectural, Historic Preservation, and Mechanical/Electrical Engineering Design capabilities of the A-E design firm. The Mechanical/Electrical requirements are a large portion of the total scope of this project. It is essential that the A-E Design firm include the primary team of Architects, Mechanical/Electrical and Registered Fire Protection Engineers that will have the primary responsibility to conceive the design concepts and methods of accomplishing them in the first stage. A short list minimum of three (3) A-E design firms will be selected for the project. The short list will be based on the A-E design firms' submittals in response to this Request for Qualifications (RFQ). The A-E design firm will provide specific evidence of its capabilities to deliver Design Excellence in Historic Preservation Design and Engineering, and will express its design approach and philosophy. If the A-E design firm is a partnership, corporation, association, or other legal entity, the proposed working and legal relationships between its components is to be briefly described. The A-E design firm will also identify its lead designer for the project. Interested firms shall submit a letter of intent and modified Standard Forms 254 and 255 for the A-E Design Firm only. Project qualifications submitted be each firm will be reviewed and evaluated based on the following EVALUATION CRITERIA: 1. Past Performance of Design (35%) -- For the A-E design firm, submit 8"x10" graphics (maximum of three per project) and a typewritten description (maximum of one page per project) of not more than seven designs completed within the past 10 years. Three (3) projects shall demonstrate architectural historic preservation accomplishments. Two (2) projects shall demonstrate electrical and two projects shall demonstrate mechanical engineering accomplishments. The narrative shall address the design approach and salient features for each project (include tangible evidence where possible i.e. certificates, awards, peer recognition, etc. demonstrating design excellence.) and discuss how the clients' design, economic, and operational objectives were satisfied by the design. 2. Philosophy and Design Intent (25%) -- In the lead designer's words, (maximum of two typewritten pages for each architectural, historic preservation, electrical and mechanical engineering discipline), state his or her overall design philosophy, approach to the challenge of resolving design issues, and parameters that apply specifically to the modernization of historic buildings with the focus on the unique aspects of installing state of the art and flexible utility systems in historic buildings. 3. Lead Designers (Architectural/Historic Preservation, Electrical and Mechanical Engineering) Profiles (15%) -- Submit a biographical sketch including education, professional experience, and recognition for design efforts inclusive of examples. Identify and describe areas of responsibility and commitment to this project. 4. Lead Designers (Architectural/Historic Preservation, Electrical and Mechanical Engineering) Portfolios (25%) -- Submit a typewritten description (maximum of one page per project) of not more than three (3) designs completed in the last 10 years attributed to each lead designer. Narratives shall include a discussion of design challenges, resolutions, and 8"x10" graphics (maximum of three per project). Stage II: In this stage, the entire project TEAM, including the "A-E Design Firms" selected in the first stage, its designated lead designers, and ALL the consultants who will work on the project will be evaluated. The "A-E Design Firms" will submit Standard Forms 254 and 255's 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 process, with the Stage 1 short list announcement published in the CBD. Sufficient time will be provided for the "A-E Design Firm" to establish the project team. It is encouraged that the project team includes small, disadvantaged, and minority-owned businesses. An interview with each project team will be included in this stage. This is a Nationwide Solicitation. The boundaries of the GSA NCR consists of the District of Columbia; Montgomery and Prince Georges Counties in MD; Arlington, Fairfax, Prince William and Loudoun Counties in VA; and the Cities of Alexandria, Falls Church, and Fairfax in VA. The government will not allow payment for travel, living expenses, computer time or hookups for the prime of the consultants. If the "A-E Design Firm" is a partnership, corporation, association, or other legal entity, one of the associated firms must satisfy this requirement. In developing the project team required for Stage II, those offerers selected for interview are advised that at least 35% of the level of contract effort must be performed in the GSA National Capital Region. This factor must not exceed 5 percent of the total weight of all evaluation criteria. If the "A-E Design Firm" is comprised of a partnership, corporation, association, or other legal entity permitted by the law to practice architecture or engineering, a complete description of the proposed internal responsibilities of the components must be included in the Stage I and II submittal. This entity must be in place at the time of contract award. FOR STAGE I SUBMITTALS: Firms having the capacities to perform the services described in this announcement are invited to respond by submitting completed SF-254's (for the "A-E Design Team") along with a letter of interest TO: General Services Administration, 7th & D Street, 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 SF254, specify only current W-2 payroll (non-contract) personnel of each firm. In block 10 of the SF255, 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 SF255, the "A-E Design Team" MUST sign, name, title and date the submittal. The 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 over 3 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 firms are strongly encouraged to participate as prime contractors or as members of joint ventures with others small businesses. All interested large business firms are reminded that the successful firm will be expected to place subcontractors to the maximum practical extent with small and disadvantaged firms as part of their ORIGINAL SUBMITTED TEAMS. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration, Public Buildings Service has established for fiscal year 2000 subcontracting goals of 27.46% for small businesses, 15.88% for small disadvantaged businesses and 3.03% for women-owned small businesses firms. 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 06/07/00 (W-SN462459). (0159)

Loren Data Corp. http://www.ld.com (SYN# 0025 20000609\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page