Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 2, 2001 PSA #2842
SOLICITATIONS

C -- ARCHITECTURE AND ENGINEERING SERVICES FOR THE NEW CENSUS BUREAU (D.O.C.) BUILDING, SUITLAND FEDERAL CENTER, SUITLAND, MARYLAND

Notice Date
April 30, 2001
Contracting Office
GSA, NCR, PBS, Portfolio Development Division, Room 2002, 7th & D Streets, SW, Washington, DC 20407
ZIP Code
20407
Solicitation Number
GS11P01MKC0010
Response Due
May 28, 2001
Point of Contact
Chrischanda Smith, (202) 708-7993
E-Mail Address
Contract Specialist (chrischanda.smith@gsa.gov)
Description
The General Services Administration (GSA), National Capital Region, Washington, D. C. announces an opportunity for Design Excellence in Public Architecture. The GSA is seeking Architect-Engineering (A-E) Services for the concept (35%) design of a New Census Bureau Headquarters office complex located on the Suitland Federal Center at the intersection of Suitland Road and Silver Hill Road in Suitland, Maryland. The proposed facility is to be approximately 71,630 gross square meters, plus a 1,600 space parking structure. The estimated total construction cost is approximately $147 million, with estimated construction duration of 30 months. Depending on funding constraints and timing, this building may be phased in a foundations/site package and a superstructure package. The concept(35%)design, in addition to the building and parking structure, will include, but not be limited to, office space, storage, health facility, food service, conference and training facilities, light industrial, fiber optic cable network distribution to desktops, state-of-the-art data and telephone communication systems, flexible/reconfigurable spaces, dedicated computer circuits and stabilized power with power distribution units, uninterruptible power system with standby generators, switchgear, all new underground utilities (i.e., electrical, water, sewage), building automation system, and the standard architectural, civil, structural, mechanical, fire/life safety, plumbing, HVAC, electrical, vertical transportation, and compliance with the Americans with Disabilities Act (ADA). The GSA is anticipating the utilization of a Bridging Method, where the concept (35%) design service is completed by an A/E under this solicitation, then the Design/Build services are completed under a separate RFP solicitation. The Bridging Method A/E services required under this solicitation will include a Master Plan for the Suitland Federal Center, site plan/site studies, Pre-Design, Design (up to concepts, 35%), and construction related services during the Design/Build phase of the project. For this solicitation, A-E design services will require, but are not limited to, preparation of drawings in metric, specifications, cost estimates, schedules, renderings, mock-ups, computer graphics, color/material selections and presentations, detailed design investigations, constructability reviews, systems design and calculations, life cycle costing, value engineering, site design, programming, space planning, construction documents, and other similar services as determined to be required. The following optional services may also be negotiated: Design/Build phase construction services, submittal and shop drawing reviews, partnering, and other similar services. The A-E selection will be completed in the following stages: STAGE I: The first stage will establish the experience and capabilities of the A-E Design firm, and its lead designer. The Lead Designer is the individual or design studio who will have the primary responsibility to conceive the design for this facility. Each firm will be reviewed and evaluated during this stage using the following CRITERIA: (1) PAST PERFORMANCE ON DESIGN (35%). The A/E design firm shall submit graphics (maximum three graphics per project with maximum graphic size not to exceed 8-1/2" x 11") and a written description (maximum one single sided typed page per project) of five (5) construction projects completed within the last ten years. All five project descriptions shall include architectural and engineering design requirements. The A-E design firm shall clearly identify the portions of the submitted designs for which they have responsibility. The narrative shall address the design approach for and the important features of each project (include tangible evidence where possible, i.e., certificates, awards, peer recognition, etc. demonstrating design excellence). (2) PHILOSOPHY AND DESIGN INTENT (25%). In the lead designer's own words, (maximum of two single sided typed pages), state his/her overall design philosophy and approach to the challenge of public architecture, issues, and parameters that may apply in creating a state-of-the-art headquarters office building for the Census Bureau, and a Master Plan for the Suitland Federal Center. (3) LEAD DESIGNERS PORTFOLIO (25%). Submit a description (maximum one single sided typed page per project) and graphics (maximum three graphics per project with maximum graphic size not to exceed 8-1/2" x 11") of three (3) construction projects completed within the last ten years, attributed to the lead designer. Descriptions shall include a discussion of design challenges and resolutions. (4) LEAD DESIGNER PROFILE (15%). Submit a biographical sketch including education, professional experience and recognition for design efforts on projects. Identify and describe areas of responsibility. The biographical sketch should not exceed two single sided typed pages. Submit SF-254 and SF-255 for lead A-E firm only. Please note: In block 8 of the SF-254, please specify only current payroll (non-contract) personnel. Complete the SF 255 as follows: On page 3, complete items 1 through 3, and item 4 (B). Do not respond to item 5. On pages 4-10 inclusive, no response is required. On page 11, under item 10, respond to the Stage I evaluation criteria stated in this announcement. And in block 11, sign, name and title, and date the submittal. STAGE II: In the second stage of evaluation, each of the short listed firms will submit information for the total PROJECT TEAM. The Project Team shall be considered to include the A-E design firm, its designated lead designer, and ALL consultants who will be involved on the project. The Stage I short list will be published in the CBD and EPS approximately four to eight weeks following the due date for Stage I submissions. A sufficient period will be provided for the A-E design firms to establish the full project team and to respond to the Stage II requirements. The short listed A/E design firms will resubmit the SF 254 for any joint venture and /or consultants and a composite SF 255 for the proposed team. The Government will establish the criteria for the Stage II review and evaluation, and the date the Stage II submissions are due. The Stage II evaluations will culminate with an interview with members of the A-E Evaluation Board. Stage II rankings will be used in conjunction with Stage I rankings to determine the firm that will be selected. Contact person for this solicitation is Chrischanda Smith, Contract Specialist, located at General Services Administration, National Capital Region, 7th & D Streets, S.W. Room 2021, Washington, D. C. 20407, Telephone (202) 708-7993. The procurement is open to both large and small business concerns under the Small Business Competitiveness Demonstration Program. Before award of the contract, the A-E (if not a small business of $4,000,000 gross average annual sales receipts for the past three years) shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established national subcontracting goals of 40 percent for Small Businesses, which includes 5 percent for Small Disadvantaged Businesses, 3 percent for HUBZone small businesses, 2 percent for Veteran-Owned small businesses, and 5 percent for Woman-Owned Small Businesses. In support of the agency's efforts, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above goals. The use of subcontractor consultants will be reflected in a Small Business Subcontracting Plan to be submitted with the Stage II submittal. Firms must provide a brief written narrative of outreach efforts made to utilize Small, Small Disadvantaged, HUBZone Small, Veteran-Owned Small and Woman-Owned Small Business concerns during Stage II. The narrative shall not exceed one single sided 8-1/2" x 11" typed page. An acceptable subcontracting plan must be agreed to before award. Small, Small Disadvantaged, HUBZone small, Veteran-Owned small, and Woman-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 firm will be expected to place subcontracts to the maximum practical extent possible with Small, Small Disadvantaged, HUBZone Small, Veteran-Owned Small, and Woman-Owned Small Business firms as a part of their originally submitted teams. A-E firms having the capability to perform the services described in this announcement are invited to respond by submitting the required documents as outlined above for Stage I, along with a letter of interest to Vincent E. Matner, P.E., Contracting Officer, Bid Room #1065, GSA/NCR, 7th & D Streets, SW, Washington, DC 20407. A pre-submittal meeting will be held on Monday, May 14, 2001, at 10:00 A.M., in the National Capital Regional Office Building, 7th & D Streets, SW, Auditorium, Washington, D. C. Stage I submittals are by 3:00 P.M. local time on the due date of this notice. The following information shall be on the outside of the sealed envelope(s): 1) Solicitation Number/Title, 2) Due Date, 3) Closing Time. Late responses are subject to FAR Provision 52.214.7. Award of this contract is contingent upon Congressional funding approval. This contract is being procured under the Brooks Act and FAR Part 36. This is not a request for proposals.
Web Link
Electronic Posting System (http://www.eps.gov)
Record
Loren Data Corp. 20010502/CSOL001.HTM (W-120 SN50K769)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on April 30, 2001 by Loren Data Corp. -- info@ld.com