Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2003 FBO #0510
MODIFICATION

C -- Design Excellence - Modernization Edith Green/Wendall Wyatt Federal Building Portland, Oregon

Notice Date
4/22/2003
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Branch, Portfolio Procurement (10PDC), 400 15th Street SW, Auburn, WA, 98001-6599
 
ZIP Code
98001-6599
 
Solicitation Number
GS-10P-03-LTC-0068
 
Response Due
6/11/2003
 
Point of Contact
Ted Mahoney, Contracting Officer, Phone 253-931-7678, Fax 253-931-7384, - Chad O'Brien, Contract+Specialist, Phone 253-931-7155, Fax 253-931-7395,
 
E-Mail Address
ted.mahoney@gsa.gov, chad.o'brien@gsa.gov
 
Description
The following four (4) firms were short-listed for A/E Services for the Modernization of Edith Green/Wendell Wyatt Federal Building in Portland, Oregon: Allied Works Architecture with Fletcher Farr Ayotte 910 NW Hoyt, Suite 200 Portland, OR 97209, Cutler Anderson Architects with SERA Architects 135 Parfitt Way SW, Bainbridge Island WA 98110, Thompson Viavoda and Associates 920 SW Sixth Ave, Portland OR 97204, Zimmer Gunsul Franca 1191 Second Avenue, Suite 800 Seattle WA 98101. For Stage II the short-listed firms will develop complete project teams and submit Standard Forms 254 and 255 that reflect the entire design team. In Block 10 of the SF-255, the A/E Design Firm MUST respond to the following criteria: (1) TEAM DESIGN PERFORMANCE (40%) (2) TEAM ORGANIZATION AND MANAGEMENT PLAN (40%). (3) PROFESSIONAL QUALIFICATIONS (15%), and (4) GEOGRAPHIC LOCATION (5%) Written submissions must demonstrate how a minimum of 35% of the A/E contract services will be accomplished within the state of Oregon. A supplemental information letter will be provided covering the Interview Issues as they pertain to the published criteria. 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. Emphasis will be placed on the unique aspects of this project, possible approaches to carrying out the project, project management and the capacity of the team to perform successfully in accomplishing the work within the required time and budget. Project Scope includes Pre-design, Design, and Construction Document Services for renovation work in the range of $30M to $40M. Pre-design services will provide work item assessment and detailed budget confirmation. Pre-design must be complete by November 15th, 2003. Design and construction contract documents will be completed by October 15th, 2005. FOR STAGE II SUBMITTALS: Short-Listed Firms listed in this announcement are invited to respond by submitting: 1) Completed SF-254/SF-255 for the full A/E Team qualifications, 2) Subcontracting Plan that identifies small business, women-owned business, and small disadvantaged business status and state of origin for consultants or subcontractors, TO: Ted Mahoney, Contracting Officer, General Services Administration, Stop 10PDC, 400 SW 15th Street, Auburn, WA 98001, by 3:00 PM local time on June 11th, 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 52.214-7. In Block 8 of the SF-254 specify only current W-2 payroll (non-contract) personnel of each firm. In Block 11of the SF-255, the A/E Design Firm MUST sign, name, title and date the submittal. All short-listed 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: GSA, PBS, 400 15th Street SW, Auburn WA
Zip Code: 98001
Country: USA
 
Record
SN00309618-W 20030424/030422213858 (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.