Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 1, 2000 PSA #2677
SOLICITATIONS

C -- ARCHITECT-ENGINEER FOR DESIGN EXCELLENCE IN ARCHITECTURE AND ENGINEERING BUILDING RENOVATION

Notice Date
August 30, 2000
Contracting Office
GSA, PBS, Property Development (5PC), 230 South Dearborn Street, Room 3516, Chicago, IL 60604-1696
ZIP Code
60604-1696
Solicitation Number
GS05P00GBC0052
Response Due
September 29, 2000
Point of Contact
Christine Parzygnat (312) 886-4109
Description
The General Services Administration (GSA) announces an opportunity for design excellence in architecture and engineering building renovation. Architect/ Engineering (A/E) Professional Services are required for Space Alterations and General Building Modernization at the A. J. Celebrezze Federal Building, 1240 East Ninth Street, Cleveland, Ohio. The 32-story building was constructed in 1966 and contains approximately 1,552,494 gross square feet with parking. The building houses 5,500 Federal employees from the DFAS, IRS, VA, HUD, EEOC and SBA agencies. The estimated total construction cost for the project is estimated to range between $15,000,000 and $25,000,000 and will be accomplished through phased construction. The Project Scope of Work consists of the following: -- The major part of the project will consist of a building wide replacement (all floors) of perimeter fan coil units for the purpose of delivering energy efficient heated and cooled air through a zoned temperature control system. Additionally, space Alterations to the 29th and the 30th floors to satisfy the Equal Employment Opportunity Commission's need for 33,812 sq. ft. of new remodeled space. The current tenant space within this area will be vacated by the end of FY 2001. The work will consist of the complete demolition for the new tenant space, including asbestos removal and the complete new tenant space build out. The scope of Architect/Engineer services required under this proposed contract may include, but are not limited to, the following: complete design services including the preparation of construction contract drawings, specifications and cost estimates; site investigations; studies; programming; space layouts; interior design; shop drawing reviews; construction inspection services and other required supplemental services if so requested by the Government. The work will involve all design disciplines including architectural, structural, mechanical, electrical and fire protection. The A/E selection will be completed in two stages as follows: STAGE I: The first stage will establish the Architectural, Mechanical, and Electrical Engineering capabilities of the A/E Design Firms and their Key Designers. For this selection process, the Key Design individuals and the associated A/E firms will develop the philosophy, design intent and conceptual design for this building herein identified as the "A/E Design Firm". The Mechanical/Electrical Engineering requirements and how they are implemented form a large portion of the total scope of this project and it is essential that for this project the term "A/E Design Firm" includes the Mechanical and Electrical 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 continuation into the second phase. The short list will be based on the A/E Design Firm's submittal in response to this Request for Qualifications. The A/E Design Firm will provide specific evidence of its capabilities to deliver Design Excellence in Office Design and Engineering, and will express its design approach and philosophy. Interested firms shall submit the following information: Qualifications submitted by each firm will be reviewed and evaluated based on the following criteria which is in descending order of importance: (1) PAST PERFORMANCE ON DESIGN, (40%): The A/E Design Firm shall submit 8" X 10" graphics (maximum of three per project) and a written description (maximum of one page per project) of five (5) relevant projects completed within the past 10 years. Three (3) projects shall demonstrate architectural accomplishments and the incorporation of new complex state-of-the-art facilities within existing structures. Two (2) projects shall demonstrate electrical and mechanical engineering accomplishments (minimum of one each). The narrative shall address the design approach and salient features for each project (including evidence where possible i.e. certificates, awards, peer recognition ; etc. demonstrating design excellence) and discuss how the design constraints were satisfied by the design solution. (2) PHILOSOPHY AND DESIGN INTENT (30%): In the Key Designers' words (maximum of one page for each of the following: architectural, mechanical and electrical engineering) state their overall design philosophy, and parameters that apply specifically to the modernization of buildings with the focus on the unique aspects of installing flexible state of the art building systems in existing structures. (3) KEY DESIGNERS' PORTFOLIO (15%): The Key Designers' (architectural, mechanical and electrical engineering) shall submit 8" X 10" graphics (maximum of three per project) and a written description (maximum of one page per project) of two (2) relevant projects each (total six) completed within the last 10 years directly attributable to the Key Designers. Narrative shall include a discussion of design challenges for both architectural and engineering disciplines and the resolution and lead designers philosophy, responsibility and influence on the design solution. (4) KEY DESIGNERS' PROFILE (15%): Submit a biographical sketch including education, professional experience and recognition for design efforts inclusive of examples of similar projects for each Key Designer (architectural, mechanical and electrical engineering). Identify and describe areas of responsibility and commitment to this project. STAGE II: In this stage , the entire project team, including the A/E Design Firm selected in the first stage, its designated Key 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, which reflect the entire project team. Continuity of key personnel for the duration of the project will be essential. It is not necessary to submit portfolio/graphic information submitted in Stage I. An interview with each project team will be included in this stage. The Government will establish the criteria and date these submittals are due and provide the selection criteria for the interviews and final selection process, with the Stage II short list announcement. Once announced, the short list will be published in the CBD. Sufficient time will be provided for the A/E design firm to establish the project team. The A/E design firm must have an active production office within the state of Ohio, within a 50 mile radius of Cleveland, which has been active for a minimum of one year, and will remain so throughout the life of the contract. Interested firms with more than one office must indicate on their SF 255, the staffing composition of the office in which the work will be performed. If the A/E design firm is a partnership, corporation, association or other legal entity, one of the associated firms must satisfy this requirement. If the A/E design firm is comprised of a partnership, corporation, association or other legal entity permitted by law to practice architecture or engineering, a complete description of the proposed internal responsibilities of components must be included in the Stage I submittal. This entity must be in place at the time of contract award. This solicitation is open to both large and small business concerns in accordance with the Small Business Competitiveness Demonstration Program. Although this procurement is open to large business, small and minority owned A/E firms are strongly encouraged to participate. The Government recognizes the talent existing in smaller firms and encourages the contributions of new and innovative designers to public architecture. In accordance with Public Law 95-507, the Design Firm will be required to provide the maximum practicable opportunities for small business concerns, women-owned small business concerns and small business concerns owned and controlled by socially and economically disadvantaged individuals to participate as subcontractors in the performance of the contract. The use of subcontractors/consultants shown on the submitted SF 254's and 255's will be reflected in a Small and Small Disadvantaged Business Subcontracting plan included in the contract. The detailed plan is not required to be submitted with the SF 255, but must be prepared prior to award. However, this requirement should be taken into consideration when assembling the teams for the SF 255. The minimum acceptable subcontracting target goals for this project will be determined by each individual firm. Firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the highest subcontracting goals possible for small business, women-owned small business and small disadvantaged business concerns. Small business criteria for each category is based on the contractor's average annual receipts for the preceding three (3) years. The Standard Industrial Code (SIC) for this project is 8712. Small, disadvantaged businesses must be pre-certified by the Small Business Administration (SBA) in order to be considered for evaluation as such under the new federal regulations. Contact your local SBA office for further information. These goals will be reviewed and approved by the SBA prior to award of the contract. Firms must also provide a brief written narrative of outreach efforts made to utilize small, small disadvantaged and women owned businesses. The narrative shall not exceed one typewritten page and should be included in item 10 of the standard form 255. An acceptable subcontracting plan must be agreed to before contract award. Small businesses are not subject to this requirement. HOW TO OFFER: Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting the information requested in the four evaluation criteria for Stage I included herein with a letter of interest identifying this announcement by solicitation number no later than September 29, 2000 by 2:00 p.m. (CST). The information is to be submitted to GSA, PBS, Property Development (5PCO), 230 South Dearborn Street, Room 3512, DPN 35-6; Chicago, Illinois, 60604-1503, Attn: Christine Parzygnat. The following information must be on the outside of each submittal package: (1) Solicitation No. and Title, (2) Due date and (3) Closing time. Late responses are subject to FAR provision 52.215.10. Each 255 submitted must make the following certification as the last entry in Block 10: "I hereby certify the firm (or joint firm) and consultants listed for this project meet the geographic locations stated in the CBD announcement for this solicitation." A follow-up listing of firms to be interviewed will appear in this publication. All other A/E firms and consultants interested in participating in the design team should submit a one page letter of interest only, which will be forwarded to the short-listed firms. Award of this contract is contingent upon funding approval. All GSA employees are governed by GSA Order ADM 6420.4, GSA Standards of Conduct, as published in the Federal Register, February 12, 1980, pages 9272-9283. No other general notification to firms will be made. This is not a request for fee proposal.
Record
Loren Data Corp. 20000901/CSOL003.HTM (W-243 SN491907)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on August 31, 2000 by Loren Data Corp. -- info@ld.com