|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 21,1995 PSA#1287GSA, PBS, Contracts Division (WPP),7th & D Streets, SW,RM
2634,Washington,DC 20407 C -- F.O.B 10B RENOVATION & ADDITION SOL GS-11P-95-EGC-0005 DUE 032395
POC Contact,Ronald Noll,202/708-9734,Contracting Officer,David E.
Wardrop,202/7 08-9734 The General Services Administration (GSA)
announces an opportunity for Design Excellence (STAGE II) in
Architecture, Mechanical and Electrical Engineering. Architect-Engineer
(A-E) Services are required for the Renovation of and Possible Addition
to Federal Office Building (F.O.B.) 10B, Washington, DC., for the GSA
National Capital Region(NCR), Solicitation No.GS11P95EGC0005. The
following A-E Firms have been Selected (short listed) for STAGE II
consideration: 1. Smith, Hinchman & Grylls Associates, Inc., 601 13th
Street, NW, Suite 250 North, Washington, DC 20005, Ted Sutherland AIA,
Senior Vice President; 2. HOK-HSMM (J.V.), 1110 Vermont Avenue, NW,
Suite 300, Washington, DC 20005, George W. Hellmuth AIA, Senior
Principal; 3. Spillis Candela/Warnecke, 1720 Eye Street, NW, Suite 500,
Washington, DC 20006, Howard I. Melton AIA, Principal; 4. Skidmore,
Owings & Merrill, 1201 Pennsylvania Avenue, NW, Suite 600, Washington,
DC 20004, Mark Regulinski, Director-in-Charge. STAGE II: In this
stage, the entire project TEAM, including the A-E Design Firms Selected
above in the first stage, their designated Lead Designers, and ALL the
Consultants who will work on the project will be evaluated. The A-E
Design Firms will re-submit Standard Forms 254 and 255's which reflect
their entire project TEAM. The government has determined the following
Design Service Disciplines to be included: Architectural, Mechanical,
Electrical, Interior Design, Space Planning, Fire Protection and Life
Safety, Structural, Hazard Materials (including Asbestos, Lead, and PCB
Abatement), Security, Communications, Civil, Lighting, Acoustics, Cost
Estimating, Food Service, Elevators, Roofing, and Construction Phase
A-E Inspection Services. The STAGE II EVALUATION CRITERIA for final
selection are as follows: I. SPECIALIZED EXPERIENCE AND TECHNICAL
COMPETENCE (40%) A. Suitability of FIRM's previous concentration to the
type of work required herein, specifically accomplished in phased
renovation projects that reflect state-of- the-art office facilities in
existing buildings. B. Based on specific examples of major renovation
projects shown, does the FIRM provide a well organized, accurate and
fully coordinated set of construction documents? C. Familiarity of the
proposed TEAM members, with Metric system and ability to design in
Metric Units, submitting a specific summary of experience with the
metric system. II. CAPABILITIES OF FIRM (40%) A. Location of FIRM
design and production offices(s) proposed for this project, and ability
to coordinate the TEAM work among different design and production
offices. B. FIRM and TEAM Office(s) from which the design and
production will be performed, sufficiency of staff and technical
resources available, not committed to other contracts, to undertake
this project? C. Does the ENTIRE TEAM appear to have the required
organization leadership to be responsive to requirements of this
project? D. To what extent does the TEAM have background in
incorporating current technology systems into major existing
structures? III. PROFESSIONAL QUALIFICATIONS (10%) A. Relevant and
specific TEAM, key individual experience and professional experience.
B. How much experience do the members of the project TEAM, have in
successfully developing plans for major state-of-the-art office in an
existing structure? IV. PAST PERFORMANCE (10%) A. Based on major
renovation projects in existing building examples, is the FIRM and TEAM
responsive to the client's needs and does the firm comply with
performance schedules? B. Do the major renovation projects examples
submitted by the FIRM, indicate effective cost control and an in-place
Quality Control Program? The A-E Firms shall present at the Interview,
at least two (2) project examples including drawings and
specifications, final cost estimate indicating original budget, a
summary of the project scope and objectives, and the name, address and
phone number of client contacts. The above short listed A-E Firms are
required to submit STAGE II completed SF 254's (for the ALL Team
firms), which must be dated not more than twelve (12) months before the
date of this synopsis, and a SF 255 (for the entire A-E Design Firm
Team) along with letter of interest TO: General Services
Administration, Ronald C. Noll, A-E Design Branch WPPD, Contracts
Division ROOM 2634, 7th & D Streets SW, Washington, DC 20407, by 3:30
p.m. local time on the DUE date of this notice. There will be a STAGE
II Pre-Submission Conference, for the selected A-E FIRMS and ALL
interested Consultants, at the GSA Regional Office Building on
Wednesday, March 8, 1995 at 2:00 p.m. in the Auditorium. In Block 10 of
the SF255, the ''A-E Design Firm'' MUST respond to the FOUR
(I,II,III,IV) STAGE II EVALUATION CRITERIA stated above in the CBD
announcement for this Solicitation. In Block 11 of the SF255, 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 (FAR 19.10). In accordance with Public Law
95-507, and before award of the contract, the A/E (if not a small
business of $2,500,000 gross average over 3 years) shall be required to
provide the maximum practicable opportunities for small business
concerns and small business concerns owned and controlled by socially
and economically disadvantaged individuals to participate as
subcontractors in the performance of the contract. As part of its
commitment to socioeconomic initiatives of the Federal Government, the
General Services Administration Public Building Service (PBS) has
established for fiscal 1995 subcontracting goals of 37% for small
business, 12% for small disadvantaged business, and 5% for small
women-owned business. In support of the agency efforts, firms seeking
consideration for this contract should provide maximum practical
subcontracting opportunities for small, small disadvantaged, and small
women-owned businesses. The use of subcontractors/consultants shown on
the submitted SF245's will be reflected in a Small Business and Small
Disadvantaged Business Subcontracting Plan included in the contract.
Firms must also provide a brief written narrative of outreach efforts
made to utilize small, small disadvantaged, and small women-owned
businesses. The narrative shall not exceed one (1) typewritten page. An
acceptable Subcontracting Plan (as part of the ORIGINAL SUBMITTED
teams) must be agreed to before contract award. Award of this contract
is contingent upon funding approval. Contract procured under the
Brooks Act and FAR 36. This is not a Request for Proposal. (0047) Loren Data Corp. http://www.ld.com (SYN# 0013 19950217\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|