Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 20, 2000 PSA #2730
SOLICITATIONS

C -- CBD NOTICE FOR THE RENOVATION AND ALTERNATION OF A HISTORIC U.S. COURTHOUSE IN TALLAHASSEE, FLORIDA.

Notice Date
November 16, 2000
Contracting Office
GSA, PBS, Property Development (4PCC), Suite 2500, 401 West Peachtree St., NW, Atlanta, GA 30365-2550
ZIP Code
30365-2550
Solicitation Number
GS-04P-00-EXC-0035
Response Due
December 15, 2000
Point of Contact
Thomas F. Waller, Contracting Officer 404-331-4634
Description
CBD NOTICE FOR THE RENOVATION AND ALTERATION OF A HISTORIC U.S. COURTHOUSE IN TALLAHASSEE, FLORIDA. The Southeast Sunbelt Region of the General Services Administration (GSA), Atlanta, Georgia, announces an opportunity for Architectural -- Engineering (A-E) design services for the Renovation and Alteration of the historic U.S. Courthouse in Tallahassee, Florida. The design will be consistent with the current General Services Administration guidelines, handbooks, applicable regulations, and initiatives. The GSA intends to contract for complete A-E design services as set forth below with the A-E design firm that demonstrates a commitment to excellence while providing a viable team organization that will meet the geographic and other limitations set forth in this announcement. THIS IS A RESTRICTED PROCUREMENT, SET ASIDE FOR SMALL DISADVANTAGED BUSINESSES IN ACCORDANCE WITH SECTION 8(a) OF THE SMALL BUSINESS ACT. The SIC and NAICS codes for this procurement are 8712 and 54131 respectively. The Solicitation Number for this procurement is GS-04P-00-EXC-0035. AWARD IS CONTINGENT ON THE AVAILABILITY OF FUNDS. The Government's program objectives are to: (1) Provide a renovated building that meets the 10 year needs of the U.S. Bankruptcy Court, U.S. Trustee, and U.S. Marshals Service; (2) Rehabilitate the historic Courthouse; (3) Replace the electrical, mechanical, fire alarm, and other systems resulting in a more functional and efficient building; (4) Reinforce GSA's commitment to the Community to revitalize the downtown business district; and (5) Meet GSA's goal of providing to its customers functional space that meets their needs for more efficient and productive workspace. The total Estimated Cost of Construction at Award (ECCA) for this project is estimated to be between $3,900,000 to $4,020,000. The estimated date for completion of Construction Documents is Early FY 2002, with occupancy date estimated for Mid FY 2003. The building is located at 110 East Park Avenue in downtown Tallahassee, Florida, and was constructed in 1935. It is on the National Register of Historic Places. The building consists of 59,976 gross square feet, or 5,572 gross square meters with 50 secured outside parking spaces. The A-E design firm will have full contractual responsibility for project design, coordination and production. The following minimum requirements shall apply to ALL stages in this A-E selection process and must be met to participate in this procurement: (1) The A-E design firm may not form a partnership, joint venture, association, etc., exclusively for this procurement. Firms organized as a partnership, joint venture, association, etc., must have been established as such with the Small Business Association (SBA) at least 120 days prior to the date of this announcement. Organization of each considered A-E design firm must remain consistent throughout this procurement; (2) The A-E design firm must have an active production office IN the States of Alabama, Georgia, or Florida AND within a 200 mile radius of the center of downtown Tallahassee, Florida. The production office must have been established at least 120 days prior to the date of this announcement. This will be a TWO-STAGE selection process. STAGE ONE will establish a Short List of the most highly qualified firms based on the criteria listed below and the ability of the A-E design firm and its In-house Lead Project Architect (an employee of the prime A-E Design Firm) to demonstrate their Design Excellence. In STAGE TWO, the Short Listed firms will form full design teams and submit required information on their team and attend an interview before the GSA A-E Evaluation Board. STAGE ONE Requirements and Procedures: The criteria listed above for A-E design firm organization and production office location must be met. Modified Standard Forms 254 and 255 are to be submitted for the A-E design firms ONLY (identification of engineers and other consultants are not required until Stage Two). Selection shall also be based upon the following criteria: (1) Firm's Past Performance on Design (30%). Limit this response to one typed page with three color photos per completed, high quality project for a maximum of five projects to includes firm's past performance in the Tallahassee, Florida area. Project information should include evidence of cost control, quality of work, and compliance with the schedules. References and phone numbers should be included. Projects must have been completed within the past ten years; (2) A-E Design Firm's Quality Control, Project Management Process, and Coordination Methodology (25%). Emphasis to be on Firm's ability to provide thorough, accurate and fully coordinated Contract Documents to limit Change Orders during construction to less than 5% of construction value. Limit response to three typed pages; (3) Lead Project Architect Profile (15%). Include information on education, degrees, Professional Registration (required) and identify prior and current duties and responsibilities. While the importance of Design is not to be understated, the Lead Project Architect is the individual who will have the primary responsibility of making this project a success; (4) Lead Project Architect Portfolio (25%). Portfolio to demonstrate ability and capacity to manage, coordinate, and complete complex projects from design through completion of construction in a timely manner while controlling Change Order costs. Past projects should be listed and include references name and phone number. Limit response to one typed page with three color photos per project for a maximum of five projects. Project must have been completed within the past ten years; and (5) A-E Design Firm's Prior Historic Building Renovation Experience (5%). Submit a maximum of one typed page narrative with three color photos per project for a maximum of three projects. Projects must have been completed within the past ten years. STAGE TWO: After the GSA's A-E Evaluation Board reviews the Stage One submittals, the Board will select a Short List of A-E firms consisting of a minimum of three firms. Stage Two submittals from the short listed firms will be requested, as outlined below. The Short Listed firms will be published in the Commerce Business Daily (CBD). Interviews will be scheduled and conducted individually for each firm at the GSA Regional Office in Atlanta, GA. The short listed firms will develop their complete project team and submit Modified Standard Forms SF254 AND SF255 for the entire project team. It is not necessary to resubmit information submitted during the Stage One process. The Government will announce the date that the Submittals are due and dates for the interviews of the Short Listed firms. Stage Two Selection Criteria will be the following (A-E design team members, including the lead project architect, will have to demonstrate experience in and an understanding of Courthouse design and historic building restoration, including major HVAC and electrical replacement): (1) Experience, Background, Qualifications, and Design Capability of Key Personnel committed to this Project Team, especially as related to Historic Renovation. (40%); (2) Project Management Approach, especially as related to the schedule and budget for this project (25%); (3) Special Consideration for Metric Experience, Design and Production Facilities, Sustainability Design, and Compatibility to Office Automation (15%); and (4) Design Experience and Approach of the Project Team (20%). These Criteria will be further defined in the Stage Two announcement. Information submitted in Stage One about the A-E Design Firm and Lead Project Architect will be considered as part of the Stage Two evaluations. After interviews are completed in Atlanta, Ga., firms will be ranked. The most highly qualified firm, based exclusively on the Stage Two criteria and evaluations, will then be requested by the GSA to submit a Price Proposal based upon a Scope of Work prepared by the GSA. If negotiations are successful, a firm fixed price contract will then be awarded and Notice to Proceed given for the Concept Design phase, with Options providing for the Design Development and Construction Documents phases. The Government is under no obligation to accept the Options. All Submittal materials become the property of the Government and will not be returned. Project Design Work Description: (This information is for informational purposes only and will be further developed in the Government Scope of Work given to the most highly qualified A-E Design Firm after Stage Two completion.) A-E must attend meetings and coordinate all design work. All drawings must be in CAD. Project is to be done in Metric Units and to Metric Scale. Reproduction services required. Partnering Services are also required. Phase-1: Design for Asbestos & Lead paint Abatement, Interior Demolition, temporary Art Protection, removal of existing HVAC unit roof frame supports. A-E to produce "As-Built" CAD of existing building, develop Concept Design, Design Development (Option) and Construction Documents (Option). Phase-1A: A-E to provide verification inspection after Abatement of Asbestos, Lead Paint, general demolition and Wood Window prep, etc. A-E to update in-progress Construction Documents for all new construction, based on inspection after demolition is complete. Phase-2: (Will begin before Phase 1A is completed) Design of Space Alterations, Grounds and Approaches, Miscellaneous Fire Safety items, Fire rating at front Lobby Historical Stair, Front Lobby Elevator change to hydraulic, design all new Mechanical and Electrical systems in building, design new fire alarm and security systems, design 1st, 2nd, and 3rd Floor sprinkler system, also, Building Exterior cleaning & restoration, repair slate roofing & other roof areas as needed and new chillers, boilers & cooling tower with new screen wall and foundation. Design Storm Water retention system as required. Design new Lightning protection system and new emergency power system. Wood Window Restoration design is also required. End of Work description. Potential offerors meeting the geographic limitations, having the design qualifications and possessing the production capabilities to perform the services described herein are invited to respond by submitting three (3) copies of the Stage One submittal information with cover letter at the below listed address no later than 3:00 p.m. on December 15, 2000. GENERAL SERVICES ADMINISTRATION, 401 WEST PEACHTREE STREET, NW, OFFICE OF ENTERPRISE DEVELOPMENT, ROOM 2803, ATLANTA, GA 30308, ATTENTION: THOMAS F. WALLER. All submittals must clearly indicate the solicitation number "GS-O4P-00-EXC-0035" on the face of the envelope. Late submittals will be handled in accordance with FAR 52.215-10, "Late Submissions, Modifications and Withdrawals of Proposal". A PRE-PROPOSAL CONFERENCE WILL BE HELD IN TALLAHASSEE, FL ON DECEMBER 1, 2000, at 10:00 A.M. in the Main Courtroom on the Second Floor of the Historic Courthouse, 110 East Park Avenue. Point of contact for this solicitation is Thomas F. Waller, Contracting Officer, phone 404.331.4634. AWARD OF THIS CONTRACT IS CONTINGENT UPON AVAILABILITY OF FUNDS. THIS IS NOT A REQUEST FOR FEE PROPOSAL.
Record
Loren Data Corp. 20001120/CSOL001.HTM (W-321 SN5068E8)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on November 16, 2000 by Loren Data Corp. -- info@ld.com