Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,2000 PSA#2660

GSA, Property Development Division, 450 Golden Gate Avenue, 3rd Floor West, San Francisco, CA 94102

C -- ARCHITECT AND ENGINEERING SERVICES FOR THE NEW LOS ANGELES COURTHOUSE, LOS ANGELES, CA SOL GS-09P-00-KTC-0088 DUE 091800 POC Elisa Sanchez, Contracting Officer (415) 522-3162 The General Services Administration (GSA, Region 9, San Francisco) announces an opportunity for Design Excellence for Architect-Engineering (A-E) Services for the design of a New Federal Courthouse in Los Angeles, CA. The Region is anticipating the utilization of Bridging Design/build as the procurement method. Bridging services include Pre-Design, Design, and Construction Services. Even though efforts of each architectural, engineering discipline during the Bridging design phase may vary, the bridging effort will constitute approximately 35% of total project design. During Design/build phase of the project, the selected Design Architect will be retained by the Government for construction services. The estimated construction cost is over $220,000,000. The building size will be at a minimum of 700,000 square feet. A-E design services will require, and is not limited to, preparation of drawings in metric, specifications, cost estimates, schedules, renderings, mock-ups, computer graphics, color/material selections and presentations, detailed design investigations, constructability reviews, systems design and calculations, life cycle costing, value engineering, site design, programming, space planning, contract documents and other similar services as determined to be required. The following optional services may also be negotiated: Design/build phase construction services, submittal and shop drawing reviews, partnering, and other similar services. The A-E selection will be completed in the following stages: STAGE I: The first stage will establish the experience and capabilities of the A-E Design firm/team, and the lead designer. In the first stage a short list, maximum of six (6) A-E design firms, will be selected to continue to stage two. The short list will be based on the A-E design firm's submittals in response to this Request for Qualifications (RFQ). The A-E design firm shall provide specific evidence of its capabilities to deliver design excellence, and shall express its design philosophy. Qualifications submitted by each firm will be reviewed and evaluated during this stage using the following CRITERIA: (1) PAST PERFORMANCE ON DESIGN (35%). The design firm shall submit graphics (maximum three graphics per project and maximum size not to exceed 81/2 x 11") and a written description (maximum one page per project) of five projects completed in the last 10 years. All five (5) projects shall include architectural and engineering design requirements. The A-E design firm shall clearly identify the portions of the submitted designs for which they have responsibility. The narrative shall address the design approach for and the important features of each project (include tangible evidence where possible i.e. certificates, awards, peer recognition, etc. demonstrating design excellence). (2) PHILOSOPHY AND DESIGN INTENT (25%). In the lead designers own words, (maximum of two typed 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 courthouse in downtown Los Angeles. (3) LEAD DESIGNERS PORTFOLIOS/PROFILES (40%). Submit a biographical sketch including education, professional experience and recognition for design efforts on similar projects. This should not exceed two typed pages. Do not include photographs. Identify and describe areas of responsibility. Submit description (maximum one page per project) and graphics (maximum three graphics per project and maximum size not to exceed 81/2 x 11") of five designs, completed in the last ten years, attributed to the lead designer. Narratives shall include a discussion of design challenges and resolutions. Submit SF-254 and SF-255 for lead A-E firm only. Please note: In block 8 of the SF-254, please specify only current payroll (non-contract) personnel. In Block 10 of the SF-255, the A-E must sign (name and title), and date the submittal. STAGE II: In the second stage of evaluation, each of the short listed firms will submit information for the total PROJECT TEAM for review. The Project Team shall be considered to include the A-E design firm, their designated lead designer, and ALL consultants who will be involved on the project. The Stage I short list and the date that Stage II submittals are due will be published in the CBD approximately four to eight weeks following due date for Stage I submissions. A sufficient period will be provided for the A-E design firms to establish the full project team's response to Stage II requirements. Responses must include SF 254 for all joint venture and /or consultants and a composite SF 255 for the proposed team. The lead A-E design firm may be composed of a partnership, corporation, joint venture or other legal entity permitted by law to practice architecture/engineering. Describe the firm's organization and include a complete description of the proposed internal components, responsibilities of each component as related to this project as well as relationship/responsibilities to outside consultants and clients (GSA). Qualifications submitted by each firm will be reviewed and evaluated during this stage using the following CRITERIA: (1) TEAM PAST DESIGN PERFORMANCE (50%). The project team shall submit graphics (maximum three projects and maximum size not to exceed 81/2 x 11") and written description (maximum one page per project) of new construction projects completed in the last ten years. The sample projects shall also be of similar complexity and value to this project. (2) TEAM ORGANIZATION and MANAGEMENT PLAN (30%). The A-E shall submit team and management plans indicating by whom, how and where the project will be accomplished. (3) PROFESSIONAL QUALIFICATIONS (15%). The A-E will provide key personnel resumes, SF-254s and composite SF-255s. Please note: In block 8 of the SF-254, please specify only current payroll (non-contract) personnel of each firm. In Block 10 of the SF-255, the A-E must sign (name and title), and date the submittal. (4) GEOGRAPHIC LOCATION (5%). The Bridging Design team shall demonstrate that at least 35% ofthe A-E contract services will be accomplished within the State of California, preferably the Los Angeles/Orange County area. The Stage II evaluations will culminate with an interview with the GSA and members of the A-E Evaluation 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. STAGE III: A minimum of three firms will be invited to participate in Stage III, and will be further evaluated by a "blind" design competition, judged by a jury of independent design 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 the New Courthouse in Los Angeles, CA. A package of information including programming, site information, project goals, and competition requirements will be distributed and used to define the deliverables for the design competition. A fixed compensation for services will be provided to the offerors for their participation in the competition. The design competition proposals will be used to enhance the designer's portfolio in the evaluation process, and will be used in conjunction with Stage I and Stage II rankings in final evaluation of the A-E firms. The designer's "vision" concept will weigh substantially in the final A-E selection by GSA. The submitted concept designs will become the property of the Government and may or may not be the basis, whole or in part, for the final building design. Contact person for this solicitation is Contracting Officer Elisa Sanchez, located at General Services Administration Regional Office, 450 Golden Gate Avenue, 3rd Floor West, San Francisco, CA 94102, Telephone (415) 522-3162. The procurement is open to both large and small business under the Small Business Competitiveness Demonstration Program. Before award of the contract, the A-E (if not a small business of $2,500,000 gross average sales receipts for the past three years) shall be requiredto present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established national subcontracting goals of 40 percent for Small Businesses, 5 percent for Small Disadvantaged Businesses, and 5 percent for Small Woman-Owned Businesses. In support of the agency's efforts, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above goals. The use of subcontractor consultants will be reflected in a Small Business Subcontracting Plan to be submitted with the Stage II submittal and included in the contract. Firms must provide a brief written narrative of outreach efforts made to utilize Small, Small Disadvantaged and Small Woman-Owned Business concerns during Stage II. The narrative shall not exceed one page. An acceptable subcontracting plan must be agreed to before award. Small, Small Disadvantaged and Small Woman-Owned Business 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 possible with Small, Small Disadvantaged and Small Woman-Owned Business firms as a part of their originally submitted teams. A draft contract will be furnished to all firms interviewed. The A-E firm selected will be required to furnish to the Contracting Officer preliminary salary rates and overhead rates within 14 calendar days of notification at this address, GSA, PBS, Property Development Division, 450 Golden Gate Avenue, 3rd Floor West, San Francisco, CA 94102. A-E firms having the capability to perform the services described in this announcement are invited to respond by submitting the required documents as outlined above for Stage I along with a letter of interest. A pre-submittal meeting will be held on August 31, 2000at the Federal Building, 300 N Los Angeles Street, 8th Floor, Conference Room 8529, Los Angeles, CA, at 10:00 AM. Registration for the pre-submittal meeting is recommended for all attendees. Please call Elisa Sanchez at (415) 522-3162 to register. Submittals for Stage I consideration should be mailed to General Services Administration, Property Development Division, 450 Golden Gate Avenue, 3rd Floor West, San Francisco, CA 94102. Stage I submittals are due by the close of business September 18, 2000 at 3:00 P.M.. Submissions delivered or received after this date will not be accepted. Award of this contract is contingent upon Congressional funding approval. This is not a request for proposal. Posted 08/07/00 (W-SN483154). (0220)

Loren Data Corp. http://www.ld.com (SYN# 0028 20000809\C-0005.SOL)

C - Architect and Engineering Services - Construction Index  |  Issue Index |


Created on August 7, 2000 by Loren Data Corp. -- info@ld.com