Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 11, 2000 PSA #2703
SOLICITATIONS

R -- DESIGN SERVICES, REPAIR & ALTERATIONS, FEDERAL BUILDING/COURTHOUSE, MUSKOGEE, OKLAHOMA

Notice Date
October 6, 2000
Contracting Office
General Services Administration, Public Buildings Service (PBS), Central Area II, Fort Worth (7PCO-FW), 819 Taylor Street, Room 12A29, Fort Worth, TX, 76102-6105
ZIP Code
76102-6105
Solicitation Number
GS-07P-00-UDC-0006
Response Due
November 8, 2000
Point of Contact
Teresa Thompson, Contracting Officer, Phone (817) 978-7084, Fax (817) 978-4056, Email teresa.thompson@gsa.gov -- Teresa Thompson, Contracting Officer, Phone (817) 978-7084, Fax (817) 978-4056, Email
E-Mail Address
Teresa Thompson (teresa.thompson@gsa.gov)
Description
NAICS 54133, SIC Code 8711, A/E Design Services, Repairs and Alterations, Federal Building/U.S. Courthouse, Muskogee, Oklahoma. Request for Qualifications, Project No. IOK00282, Solicitation No. GS-07P-00-UDC-0006. The General Services Administration announces an opportunity for Architecture, Mechanical and Electrical Engineering, Asbestos Abatement and Lead-Based Paint Control, Fire Protection Engineering, and Project Management. Architectural-Engineering (A/E) Design Services, and optional Construction Phase Services, are required for the design for Repairs and Alterations at the Federal Building -- U. S. Courthouse (FB-CH), 101 N. Fifth Street, Muskogee, Oklahoma. The FB CH is constructed in a Neoclassical style and was completed in 1915 with a 1937 addition. The building contains 123,510 gross square feet spread over five floors, including a basement. The design work for this building will require sensitivity to account for such factors as the historic nature of the building interior and exterior; the continued use of the building as a courthouse (2 District and one Magistrate courts) during design and construction; the hazardous nature of materials including asbestos and lead-based paint; and the necessity to maintain continuous HVAC and electrical services. The estimated construction cost of this project is between $5 and $10 million with a maximum construction period of 15 months. Design services for this contract shall not exceed 11 months. It is anticipated that award of a design contract will be made in the 3rd Quarter of FY 2001. The type of functional areas in this building may include, but not limited to, general office space, computer rooms, courtrooms, judicial chambers, secured and restricted areas, prisoner movement areas, circulation areas designated for the public, restricted or secured, conference areas, restrooms, utility spaces, and support areas. The project scope of work will include: (1) architectural upgrades to spaces primarily on the second, third and fourth floors, (2) new building-wide electrical service, (3) new building-wide HVAC systems such as AHUs, VAV boxes and ductwork, as well as selective energy management system upgrades, (4) new building-wide domestic plumbing, (5) new building-wide fire sprinkler system, (6) ceiling replacement in connection with HVAC and fire sprinkler work, (7) asbestos abatement and lead-based paint control associated with architectural, mechanical and electrical work, and (8) selective lighting replacement. The Scope of A/E Services includes, but is not limited to, design programming; survey of existing conditions (including site, building and subsurface investigations/surveys); presentations to client and tenant agencies; energy conservation analysis; "green building" studies; development of housing plans and support services in connection with the relocation of tenants into swing space; complete architectural and engineering design; cost estimating; space planning; interior design; acoustic engineering; test laboratory services; life safety code compliance; handicap accessibility compliance; construction scheduling; preparation of construction documents (plans and specifications); studies and reports; explanatory drawings; and optional construction phase services (shop drawing and material submittal review, construction meeting attendance, RFI management, supplementary design services, and as-built document preparation). The design team must have the capability to produce drawings compatible with AutoCAD Release 14, narrative and specifications compatible with Microsoft Word Version 7.0a for Windows NT, and estimates compatible with Microsoft Excel Version 7.0 for Windows NT. The Government may employ such management approaches as partnering, or Design or Construction Excellence during the duration of this project. The A-E selection will be based upon a two stage selection process as follows: Stage I selection will result in a short list of at least three firms based on design capabilities, achievements, philosophy for the project by the Design Team. Stage II will result in a selection of the best qualified A-E firm based on additional written documentation and interviews with the short listed firms regarding the entire project team, project management approach, schedule, cost and quality controls, and location in the general geographic area of the project, along with the information submitted under Stage I. Consultants may submit with multiple firms. STAGE I SUBMITTAL: Submit information on modified Standard Forms (SF) 254 & 255 on issues addressing: design capability; project achievements; design vision or philosophy; work in historic structures; work in courthouses; energy conservation; functional appropriateness; cost effectiveness; client satisfaction; and durability/ease of maintenance for this project. The short list will be developed based on the following Evaluation Criteria Categories: (1) Capability/Past Performance of Design Team (35%) A. Submit a description (maximum of two 8 1/2" X 11" pages per project) for four to six design projects completed in the past six years. Provide design and construction completion dates. Photographs which show before and/or after views of the project can also be submitted. A minimum of three of the submitted projects shall have been in multi-story buildings (minimum of 4 stories) with total construction costs exceeding $3 million. The design work for the projects described by the firms responding shall have scopes which clearly demonstrate competence in architectural design of office spaces, and mechanical and electrical engineering services similar in scope to that identified for the Muskogee FB-CH. B. Design work must include the involvement of either in-house or consulting registered fire protection engineers for at least two of the projects described. C. Demonstrate evidence of sophisticated solutions to complex problems (including phased construction in occupied buildings) and how you responded to programmatic requirements and owner constraints (budget and schedule). D. Discuss the salient features of each design and how the design was cost effective, functional, and attractive. Include name, address and current telephone number for each project owner's point of contact. Ensure these references are still available. (2) Design Approach/Philosophy (25%) Provide a narrative statement, not exceeding three 8 1/2" X 11" pages, describing the design approach, design considerations, philosophy, goals and objectives regarding the proposed project. This narrative should address design opportunities for this project and how the design will be influenced by the project requirements and objectives. Include in this discussion, one to two projects involving historic properties and/or tenant occupied buildings during the renovation phase. This submission must be prepared, signed and dated by the team's designated project manager. It must also be reviewed, signed and dated by the principals of each participating firm. (3) Profiles (15%): For each architect, engineer, and other key personnel on the Design Team, submit a biographical sketch including professional work experience, education, training, and registration. Specifically identify who will be performing the cost estimating and project scheduling functions. Prepare a matrix which shows for each of the four to six projects, which members of the proposed Design Team, including consultants, worked on which projects, and their role on the 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 two pages per project) of up to two new construction and two major repair and alteration 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, missions, economics, schedule, and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., which demonstrate design excellence. When there is duplication with criteria (1), the Lead Designer will address his/her participation in the project. An A/E Evaluation Board consisting of representatives of GSA and a private-sector peer will evaluate the submissions. Stage I submittals (provide 5 copies) for short list selection must be received by the Contracting Officer no later than November 8, 2000, 4:30 p.m., local time. Send to: GSA, Attn: Teresa Thompson, Central Area (7PCO-FW), 819 Taylor St., Room 12A29, Fort Worth, TX 76102-6105. All submittals must clearly indicate the solicitation number on the face of the envelope for identification purposes. Late submittals will be handled in accordance with FAR 52.215-1. A presubmittal meeting for Stage I to discuss project objectives and to answer questions will be held at 10:00 AM on October 20, 2000 in the Tulsa Federal Building, 224 S. Boulder, Room 205, Tulsa, OK 73103. Attendance is not mandatory. For those firms who are interested, the FB CH in Muskogee, may be inspected on October 20, 2000 from 1:30 to 3:00 PM. Fax RSVP for pre-submittal meeting and/or site inspection to the attention of Teresa Thompson at (817) 978-4056 no later than October 18, 2000. Meeting Minutes will be made available to all firms attending. If you are not able to attend the meeting, but want a copy of the minutes, fax request to Teresa Thompson at (817) 978-4056. STAGE II SUBMITTAL: Firms short listed for a interview will be notified in writing. An edited copy of the Feasibility Study, dated April 2000, defining the major project requirements and objectives will be made available to short listed firms. Stage II submission requirements will be described in the notification. One selection criteria (5%) will be Location in the General Geographical Area of the Project/Knowledge of Locality of the Project. To receive the maximum score for this factor, firms must demonstrate that at least 35 percent of the architect-engineer contract services (based on the total contract price) will be accomplished within the State of Oklahoma. The architect-engineer of record must establish a production capability within the State of Oklahoma within 15 calendar days after contract award. The firms will be required to complete Standard Forms 254 and 255 that reflect the entire design team. This procurement is being made under the Small Business Competitiveness Demonstration Program and is conducted on an unrestricted basis. This procurement is open to large and small businesses. The Government recognizes the talent existing in smaller firms and they are strongly encouraged to participate. As part of its commitment to socioeconomic initiatives of the Federal Government, the GSA established fiscal year 2000 subcontracting goals of 42% for small business, 7.5% for small disadvantaged business, 5 percent for small women-owned business, and 1.5% for HUBZone small business. FY 2001 goals will be provided when they become available. In support of the agency efforts, firms seeking consideration for this contract should provide maximum practicable subcontracting opportunities for small business concerns. During Stage II of the selection process, large firms must provide a brief written narrative of outreach efforts made to utilize disadvantaged, women-owned, service disabled veteran owned, and HUBZone certified small business concerns on this project. An acceptable Subcontracting Plan must be agreed upon prior to contract award to any large business. During the design phase, the Government may elect to incorporate the use of a Construction Management firm and/or a Design Reviewer to oversee and review the design A/E's work (including, but not limited to: total design review, constructibility, and cost data reviews). This is a negotiated procurement that will result in award of a firm-fixed price contract. Award of this contract is contingent upon receipt of design funds and successful negotiation of a reasonable fee. This is not a Request for Fee Proposal. A-E firms will not be reimbursed for expenses or efforts under Stage I and/or Stage II submissions.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=GS-07P-00-UDC-0006&LocID=504)
Record
Loren Data Corp. 20001011/RSOL012.HTM (D-280 SN5038Q6)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on October 6, 2000 by Loren Data Corp. -- info@ld.com