Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,2000 PSA#2667

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 091800 POC Michael Vrobel, Contracting Officer, Collette The General Services Administration (GSA) announces an opportunity for Design Excellence in Public Architecture (Stage II). 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 following A-E firms have been selected (Short-listed) for Stage II consideration: 1. Burt Hill Kosar Rittelmann Associates, 1056 Thomas Jefferson Street, NW, Washington, DC 20007-3813, Harry T. Gordon; 2. RTKL Associates, Inc. One South Street Baltimore, Maryland 21202 Rose M. Dela Vega; 3. Swanke Hayden Connell Architects 1030 15th Street, NW, Suite 1000 Washington, DC 20005 Joseph M. Spina; 4. Beyer Blinder Belle 1005 North Glebe Road, Suite 600 Arlington, Virginia 22201 John Belle; 5. HNTB Corporation, 99 Canal Center Plaza, Alexandria, VA 22314-1538, Kevin McDonald. STAGE II: In this stage, the entire project TEAM, including the A-E Design Firms Selected above in the first stage, their designated Lead Designers, and ALL the Consultants who will work on the project will be evaluated. The A-E Design firms will re-submit Standard Forms 254 and 255's which reflect their entire project. Team. The government has determined the following Design Service Disciplines to be included: Architectural, Mechanical, Electrical, Interior Design, Space Planning, Fire Protection and Life Safety, Structural, Security, Lighting, Acoustics, Cost Estimating, and Construction Phase A-E Inspection Services. The Stage II Evaluation Criteria for final selection are as follows: I. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (35%) A. Demonstrate experience and competence in designing large office building renovations that are similar to the Mary E. Switzer Building Modernization, particularly in the areas of HVAC, electrical, fire safety, plumbing, historic and space planning and programming. B. Demonstrate experience in designing projects that have multiple phases of construction work in occupied, multi-tenant buildings, and the ability to coordinate and integrate Tenant Agencies' needs into the project design, including the use of internal swing space. C. Demonstrate experience, understanding and capabilities to implement a mechanical and electrical systems modernization, that builds in design flexibility, that is economically feasible, to accommodate future changes and conversions between closed office space and an open office plan, or a mixture of the two. D. Demonstrate experience and capabilities to design using the best technology in all areas of work such as documentation management, use of metric units, energy management, and management of hazardous materials in occupied spaces. E. Demonstrate experience and capability of working with the owner and tenants, to design within the available budgets, and ability to guide, track and advise tenants in the use of a strict tenant improvement allowance. II. PAST PERFORMANCE (30%) A. Demonstrate based on two project examples within the last ten years, that the TEAM is responsive to the client requirements and meet and comply with approved design schedules. B. Demonstrate using the two project examples submitted, that effective cost controls are used in the design process, and that an in-place Quality Control Program exists, and is complied with by the FIRM and the TEAM. The A-E Firms shall submit two (2) project examples, at the interview, for making the above evaluations. The submissions shall be in a summary format and the projects shall be similar or relevant to the type of work for the intended Mary Switzer building renovation. The name, address and phone number of client contacts for the submitted projects shall be provided. The A/E's two example project submissions and presentations should be efficiently and pointedly presented with printed narrative and photographs. III. PROFESSIONAL QUALIFICATIONS (20%) A. Demonstrate that the proposed TEAM has the relevant key individual professional qualifications and experience necessary for this project. B: Show that the TEAM has the required leadership and experience to be responsive to the requirements of this contract, especially concerning the overall Design Project Manager. IV. CAPABILITIES OF FIRM (15%) A. Show the Location of the TEAM's design and production office(s) proposed for this project, sufficiency of staff and technical resources available, and are not committed to other contracts, to undertake this project. B. Demonstrate that the FIRM has the required organization and leadership to be timely and responsive to project requirements and possesses the ability to coordinate the TEAM work among different design and production offices. C. Does the FIRM demonstrate a pro-active effort to achieve the stated subcontracting goals with respect to the level of small, small disadvantaged, and small women-owned business concern participation in the performance of the contract? The above short listed A-E Firms are required to submit for STAGE II, completed SF 254's (for the ALL Team firms), which must be dated not more than twelve (12) months before the date of this synopsis, and a SF 255 (for the entire A-E Design FIRM/TEAM) along with letter of intent TO: General Services Administration, 7th & D Streets SW, Bid Room 1065, Washington, DC 20407, by 3:30 p.m. local time on the DUE date of this notice. In Block 10 of the SF255, the "A-E Design Firm" MUST respond to the FOUR (I, II, III, IV) STAGE II EVALUATION CRITERIA stated above in the CBD announcement for this Solicitation. In Block11 of the SF255, the "A-E Design Firm" 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 08/16/00 (W-SN486566). (0229)

Loren Data Corp. http://www.ld.com (SYN# 0021 20000818\C-0005.SOL)

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


Created on August 16, 2000 by Loren Data Corp. -- info@ld.com