Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5, 2000 PSA #2678
SOLICITATIONS

C -- ARCHITECT-ENGINEER DESIGN SERVICES FOR MODERNIZATION OF THE GSA NATIONAL CAPITAL REGION OFFICE BUILDING (ROB).

Notice Date
August 31, 2000
Contracting Office
General Services Administration, Public Buildings Service (PBS), Potomac Service Delivery Team (WPG), 7th & D Streets, SW, Room 6901, Washington, DC, 20407
ZIP Code
20407
Solicitation Number
GS11P00MAC0125
Response Due
October 25, 2000
Point of Contact
Claire Cashwell, Contracting Officer, Phone (202) 205-5861, Fax (202) 708-4732, Email claire.cashwell@gsa.gov -- Claire Cashwell, Contracting Officer, Phone (202) 205-5861, Fax (202) 708-4732, Email
E-Mail Address
Claire Cashwell (claire.cashwell@gsa.gov)
Description
C -- Architect-Engineer Design Services. Solicitation No. GS11P00MAC0125, General Services Administration, Regional Office Building located at 301 7th Street, S.W., Washington, D. C. The General Services Administration (GSA) announces an opportunity for Design Excellence in public architecture for performance of Architectural-Engineering Design Services for Modernization of the GSA National Capital Region Office Building (ROB) in accordance with the GSA quality standards and requirements. The building is approximately 85,740 gross square meters, including 165 parking spaces, located at 301 7th Street, S.W., Washington, D. C. Reference GSA National Capital Region (NCR), Solicitation Number GS11P00MAC0125. The Estimated Construction Cost range is $50,000,000 -- $75,000,000. The facility will be designed in metric units. The scope of work will require a minimum: metric construction drawings, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD) and post construction contract services (PCCS) for ROB Modernization. It includes hazard materials removal, upgrade HVAC systems, replacement of domestic, sanitary and storm water piping, provide new bathrooms, upgrade fire and life safety systems including new full sprinkler, replace electric power distribution systems and provide new lighting, provide tenant fit-out, develop building finish standards for the creation of more uniform interior appearance, and sustainable features. The building must also include the GSA design standards for secure facilities. This is a Request for Qualifications (RFQ) of A-E firms/Lead Designers interested in contacting for this work. The A-E firm as used in this RFQ is an association, joint venture partnership or other entity that will have contractual responsibility for the project design. The Lead Designer is the individual or design studio that will have primary responsibility to conceive the design concept and the building's architecture. The A-E firm must address the contractual relationship with the Lead Designer and its ability to manage the design and production of construction. In developing the project team, the A-E firms are advised that at least 35% of the level of contract effort must be performed in the Washington Metropolitan Area. The Government will not allow payment for travel, living expenses, computer time or hookups for the prime or the consultants. The A-E selection will be completed in three stages as follows: In Stage 1, interested firms will submit portfolios of accomplishment that establish the design capabilities of the A-E firm and their Lead Designer. All documentation will be in 8 12" X 11" format. The portfolio should include the following: a cover letter referencing the CBD announcement and briefly describing the firm and its location, organizational makeup, and noteworthy accomplishments; and modified Standard Form 254, Architect-Engineer and Related Services Questionnaire, and SF 255, Architect-Engineer and Related Services Questionnaire for Specific Projects. Identification of consultants is not required at this stage. Submission requirements and evaluation criteria: (1) Past Performance on Design (35%): The A-E firm will submit graphics (maximum of three pages per project) of not more than five major modernization projects completed in the last ten years. The narrative shall address the design approach with salient features for each project and discuss how the client's program, functional, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Provide a client reference contact for each project, including name, title, address, phone, and fax numbers. A portion of one page, presented for each project must include a representative floor plan and either a site plan or a building section. (2) Philosophy and Design Intent (25%): In the Lead Designer's words, (maximum of two typewritten pages) state his/her overall design philosophy and approach to the challenge of public architecture, issues, and parameters that may apply. (3) Lead Designer Profile (15%): Submit a biographical sketch (maximum of three pages) including education, professional experience, recognition for design efforts inclusive of examples. Identify and describe areas of responsibility and commitment to each project. (4) Lead Designer Portfolio (25%): Submit a portfolio representative of the Lead Designer's ability to provide design excellence. Submit graphics (maximum of three pages per project) and a typewritten description (maximum of two pages per project) of not more than three new major modernization projects completed in the last ten years. The narrative shall address the design philosophy with salient features for each project and discuss how the client's program, functional, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Where there is duplication with criteria (1): the Lead Designer will address his/her participation in the project. A panel consisting of private sector peers, and representatives of GSA will evaluate the submissions. The panel will establish a short list of three to six firms. For Stage II, the short-listed firms will be notified and asked to submit more detailed information indicating each member of the design team, including all outside consultants. All project team members will be subject to background investigation. The firms will be required to complete Standard Forms 254 and 255 that reflect the entire design team. The Government will establish the detailed evaluation criteria and the date these submittal are due and provide the selection criteria for the interviews along with Stage I short list announcement. Sufficient time will be provided for the A-E Design Firm/Lead Designer to establish its team. The panel will interview each team. Candidates should be prepared to discuss all aspects of the criteria indicated above and to demonstrate the ability to fulfill all project requirements. Emphasis will be placed on the unique aspects of the project, design philosophy, possible approaches in carrying out the project, and project management. The Stage II evaluations will culminate with an interview with the A-E Selection 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, and will be further evaluated by an anonymous design competition, judged by a Jury of independent 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 this specific project. 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 II rankings in the final evaluation of the A-E firms. The designer's "vision" will weigh substantially in the final A-E firm selection by the GSA. The submitted design concepts become the property of the Government and may or may not be the basis, whole or in part, for the development of the final building design. FOR STAGE I SUBMITTALS: Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting completed SF 254 (for the "A-E Design Firm"), which must be dated not more than twelve (12) months before the date of this synopsis, and SF 255 (for the "A-E Design Firm") along with a letter of interest to: General Services Administration, 301 7th Street, S.W., 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 clause 52.214-7. In Block 8 of the SF 254 specify only current W-2 payroll (non-contract) personnel of each firm. In Block 10 of the SF 255, the A-E Design Team MUST respond to the four (4) Evaluation Criteria stated in the CBD announcement for this Stage I solicitation. In Block 11 of the SF 255, the A-E Design Team must sign, name, title and date the submittal. This procurement will be awarded under the Small Business Competitiveness Demonstration Program (FAR 52.219-19). This procurement is open to small and large business concerns. Before award of the contract, the A-E (if not a small business of $2,500,000 gross average over three 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 small business firms 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 firms will be expected to place subcontracts to the maximum practical extent with small, small disadvantaged, and women owned small business firms as part of their Original Submitted Teams. The architect-engineer services through contract will be procured under the Brooks Act and FAR 36. Funds for the award of this procurement are subject to its availability in Fiscal Year 2001. This is not a Request for Proposal.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=GS11P00MAC0125&LocID=302)
Record
Loren Data Corp. 20000905/CSOL005.HTM (D-244 SN492528)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on September 1, 2000 by Loren Data Corp. -- info@ld.com