Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2003 FBO #0441
SOLICITATION NOTICE

C -- Archictectural Services for Historic Buildings

Notice Date
2/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division (9PMFC), 450 Golden Gate Avenue, San Francisco, CA, 94102
 
ZIP Code
94102
 
Solicitation Number
GS09P03KTC0100
 
Archive Date
3/29/2003
 
Point of Contact
Kevin Kearney, Contracting Officer, Phone 415-522-3178, Fax 415-522-3178, - Kevin Kearney, Contracting Officer, Phone 415-522-3178, Fax 415-522-3178,
 
E-Mail Address
kevin.kearney@gsa.gov, kevin.kearney@gsa.gov
 
Description
C--Architect-Engineer Services Solicitation # GS-09P-03-KTD-0100, GSA/PBS, Property Development Division, Technical Services Branch (9PCT), 3rd Floor West, 450 Golden Gate Avenue, San Francisco CA, 94102 Contractual Point of Contact is Kevin J. Kearney, Contracting Officer at 415.522.3178. Email address is kevin.kearney@gsa.gov. The General Services Administration (GSA) announces an opportunity for Design Excellence in public architecture for performance of Architectural-Engineering Services under Indefinite Delivery, Indefinite Quantity (IDIQ) contracts. It is anticipated that these contracts will be for a base year and up to 4 one-year options for a total duration of five years. The minimum task order will be $5,000 and the maximum single order $750,000. The Maximum Contract value will be $2.5 M per year. NOTE: These order amounts are for information only: firms should not assume that these estimates are a representation of firm estimates. The guaranteed minimum amount per year is $10,000.00 The AE Services required are primarily for Architectural Design Services in Historic Bldgs. The general scope of work may include, but is not limited to, the following: Building Investigations, Studies or Reports; Peer Review Services; Review of Engineering and Design work performed by others; Plan Check and/or Code Compliance services; Assistance to in-house GSA Professional Staff on specific technical matters; Schematic Design and Design Development, Construction Observation and Design services, including Construction documents. Liaison with various State Historic Preservation Offices (SHPO) or local interest groups will also be required. It is anticipated that multiple awards will be made. Because of the unique nature of Historic Architecture, sufficient contracts will be awarded to provide services in the States of California, Arizona, Nevada and Hawaii and the territories of Guam and Saipan. Award of individual task orders will generally be based on the technical ability of the firm within the location of the work. This is a Request for Qualifications (RFQ) of A/E Firms/Lead Designers interested in contracting 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 project team in Stage II. The Government will not pay for any proposal costs incurred for either the Prime or consultants. Work may be required at any location within the States of Arizona, California, Nevada, Hawaii and the territories of Guam and Saipan. Task orders under this contract may be issued by any Federal Executive Agency located within this area. It is anticipated that the majority of work called for under the contract will originate at the GSA Regional Office in San Francisco and be performed at the Architect-Engineer?s office. The A/E Firm as used in this RFQ must have a minimum of five years of experience in historic building restoration/conservation. A/E firm association should include one or more consultants/staff containing the following specialties: 1) preservation architect, 2) architectural conservator, 3) architectural historian, 4) historic landscape architect, and 5) other disciplines with specialized training in preservation/historic building materials (e.g. structural or mechanical engineer specializing in historic preservation). The A/E firm association must provide, for each state under consideration, information on three design projects successfully performed within each State in the past 5 years that demonstrate the firm?s capabilities in the specialized skill category(ies) cited above. In addition, the A/E firm association must provide, for each state under consideration, information on three design projects successfully performed within each State in the past 5 years that demonstrate the firm?s abilitiy with dealing with the State Historic Preservation Offices (SHPO) or local interest groups. For example, provide information on three separate projects involving the State Historic Preservation Office (Department) in Hawaii. Applicants may apply for contracts in as many states as they have expertise. A/E selection will be completed in two stages as follows: In STAGE I, interested firms will submit portfolios of accomplishment that establish the design capabilities of the A/E Firm and it?s Lead Designer in the area of historic building conservation/preservation. All documentation will be in an 8 ?? x 11? format. The portfolio should include the following: a cover letter referencing this announcement and briefly describing the firm and its location, organizational makeup, and noteworthy accomplishments in the area of historic buildings; and modified Standard Form 254 (Architect-Engineer and Related Services Questionnaire) and Standard Form 255 (Architect-Engineer and Related Services Questionnaire for Specific Project). Identification of consultants is not required at this stage. STAGE I submission requirements and evaluation criteria: (1) PAST PERFORMANCE ON HISTORIC BUILDING DESIGN (35%): The A/E Firm will submit graphics (maximum of three pages per project) of not more than five projects completed in the last ten years. The narrative (maximum of two pages per project) shall address the design approach with salient features for each project and discuss how the client?s program, function, image, mission, economic, sustainability, schedule and operational objectives were satisfied by the overall design/planning solution. Examples of relevant projects might include the following: 1) firesafety retrofitting design concept for an ornamental space in a historic building, 2) conservation specifications for masonry repair, 3) design research for an historic landscape, 4) design research documents for chronicling construction evolution of a property, 5) historic building paint analysis report, 6) historic building structural seismic upgrade. 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 in Historic Preservation (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 including decisions affecting historic building restoration and rehabilitation. (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 up to three new construction 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 or her participation in the project. An A/E Evaluation Board consisting of a private sector peer and representatives of GSA will evaluate the submissions. The Board 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. The firm will be required to complete Standard Forms 254and 255 that reflect the entire design team. The Government will establish the detailed evaluation criteria and the date that these submittals are due and provide the selection criteria for the interviews along with the Stage I short-list announcement. Sufficient time will be provided for the A/E Design Firm/Lead Designer to establish its team. The Board will interview each team. Candidates should be prepared to discuss all aspects of the criteria indicated above and to demonstrate their ability to fulfill all project requirements. The Stage II evaluations will culminate with an interview with the A/E Evaluation Board. Stage II rankings will be used in conjunction with Stage I rankings to select the top ranked firms. FOR STAGE ONE SUBMITTALS: Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting modified SF-254 (for the A/E Design Firm), which must not be dated more than twelve (12) months before the date of this synopsis and modified SF-255 (for the "A/E Design Firm") along with letter of interest and the portfolio TO: Kevin J. Kearney, Contracting Officer by 3:00PM local time. The due date is March 14, 2003. A total of five (5) copies should be submitted. 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 F.A.R. Provision 52.215-1. 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 Firm MUST respond to the FOUR (4) EVALUATION CRITERIA stated in the FBO announcement for Stage One Solicitation. In Block 11of the SF-255, the A/E Design Firm MUST sign, name, title and date the submittal. This procurement is being made under the Small Business Competitiveness Demonstration Program (F.A.R. 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 $4,000,000 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, women-owned, and small disadvantaged 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 with small and disadvantaged firms as part of their ORIGINAL SUBMITTED TEAMS. Contract will be procured under the Brooks Act and F.A.R. 36. This is not a request for Proposal.
 
Place of Performance
Address: 450 Golden Gate Ave/San Francisco, California
Zip Code: 94102-3434
Country: USA
 
Record
SN00260039-W 20030216/030214213744 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.