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
|
|
|