|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1995 PSA#1407GSA, PBS, Fee Developer (WPCA),Procurement Br, Room 2634,7th & D
Streets, SW,Washington,DC 20407 C -- NEW FDA CENTER FOR FOOD SAFETY AND SOL GS-11P-95-AQC-0019 DUE
092295 POC Contact,Vincent Matner,202/708-4900,Contracting
Officer,David E. Wardrop,20 2/708-4900 The General Services
Administration announces an opportunity for Design Excellence.
Architect-Engineer (A-E) services are required for a new Center for
Food Safety and Applied Nutrition (CFSAN) on a site (to be determined)
in Prince Georges County, Maryland. The estimated construction cost is
from $30 to $50 million dollars. The facilities will include
approximately 300,000 gross square feet of administrative office
building, research laboratory building, and shared-use facilities such
as: food service facilities, training center, credit union, computer
facilities, maintenance shops, motor pool, auditorium and large
conference center, library, fitness center, child daycare center, and
health unit. In addition to the typical range of A-E design services
such as architectural, civil, structural, mechanical, electrical, space
planning, interior design, and master planning, other design
specialties are required: animal labs including bio-hazard (P2-P4) lab
containment and disposal, telecommunications (microwave, satellite,
fibre optic), fire/life safety, facilities security, and animal
holding. Detailed space requirements, programming and workstation
standards will be provided to the selected firm for validation prior to
the design of this center. All design shall be accomplished using
AUTOCAD computer-aided design/drafting (CADD). All design services
shall be performed in accordance with GSA quality standards and
requirements as described in GSA PBS PQ100.1 (metric) for conventional
design with prescriptive specifications for project construction. The
Basic Contract for A-E design services shall include preparation and
submission of Site Documents (subsoil explorations, survey, and site
development) and Building Documents (concepts, tentatives, and
construction documents) for the foundation, shell, and build-out of the
Administration and Laboratory buildings for CFSAN. Contracted A-E
design services shall also include surveys, studies, and presentations
as may be required to secure permits, regulatory, code, and agency
approvals for the successful execution of the project. In addition, an
aggressive value engineering program (by separate contract) will be
utilized during the design of this project. Other services that may be
required include construction phase services and inspections, record
documents, post-occupancy evaluation, furnishings/equipment, retail
space program, design, and construction documents. QUALIFYING CRITERIA:
A. For STAGE I, the A-E Design Firm must demonstrate prior development
experience on campus-type, high-tech electronic Headquarters offices,
shared-use facilities, laboratories and support facilities. B. For
STAGE II, the project team must demonstrate prior design experience in
the full range of research labs including but not limited to:
bio-hazard (P2-P4), high-tech electronic, and animal holding
facilities. C. The A-E Design Firm must have, or must establish within
30 days after award of the contract, an active production office
within the boundaries of the GSA NCR. The boundaries of the GSA NCR
consist of the District of Columbia; Montgomery and Prince Georges
Counties in MD, Arlington, Fairfax, Prince William and Loudoun Counties
in VA, and the Cities of Alexandria, Falls Church and Fairfax in VA. D.
All project communications, controls, and a majority of the project
production effort shall occur through this office. For firms meeting
the above noted qualifying criteria, the A-E selection will be
completed in the two stages as follows: STAGE 1: The first stage will
establish the Design Excellence 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
concepts for the CFSAN. Qualifications submitted by each firm will be
reviewed and evaluated based on the following criteria: (1) PHILOSOPHY
AND DESIGN INTENT (30%): In the Lead Designer's own words (maximum of
three typewritten single sided pages), state your overall design
philosophy, approach to the challenge of resolving design issues,
parameters of design that apply to this project, and philosophy of
creating laboratory and office buildings that relate to the fabric of
a state-of-the-art research laboratory and office building complex. (2)
LEAD DESIGNER PORTFOLIO (25%): Submit typewritten description (maximum
of one single sided page per design) of not more than three (3)
designs completed within the past 10 years attributed to the lead
designer. Narratives shall include a discussion of design challenges
and resolutions, along with a maximum of three 8''x10'' single sided
graphic pages per design (multiple graphics on each 8''x10'' page is
acceptable). (3) PAST PERFORMANCE (20%): The A-E Design Firm shall
submit 8''x10'' single sided graphic pages (maximum of three per
project) and a typewritten description (maximum of one single sided
page per project) of not more than five (5) projects completed within
the past 10 years. One of the five projects shall be a campus
consisting of laboratories, offices, and shared-use facilities; the
second project shall be a state-of-the-art research, or pharmaceutical
laboratory. The remaining three additional projects may be any type.
The narrative shall address the design approach and salient features
for each project (include tangible evidence where possible, i.e.
certificates, awards, peer recognition, etc. demonstrating design
excellence) and discuss how the clients' design, economical, and
operational objectives were satisfied by the design. (4) LEAD DESIGNER
PROFILE (15%): Submit a biographical sketch including education,
professional experience, and recognition for design efforts inclusive
of examples, identify and describe areas of responsibility. (5) MASTER
PLANNING (10%): Master planning of office and research facilities of
related scope. STAGE II. In this stage, the project team, which will
now include all of the consultants who will work on the project, will
be evaluated. The short listed A-E Design Firms will resubmit Standard
Forms 254 and 255 which reflect the entire project team. The
Government will establish the criteria and the date these submittals
are due, and provide the selection criteria for the interviews and
final selection process. The short listed firms will be announced in
the CBD. This is a nationwide solicitation. For Stage I, A-E Design
Firms having the capabilities to perform the services described in this
announcement are invited to respond by submitting a completed SF 254
which must be dated not more than six (6) months prior to the date of
this synopsis, and an SF 255 along with a letter of interest to:
General Services Administration, Bid Room, 7th & D Streets SW,
Washington, DC 20407 by 3:30 P.M. local time on the due date of this
notice. The following information must be on the outside of the sealed
envelope: Solicitation Number/Title, Due Date, Closing Time. Late
responses are subject to FAR Provision 52.215-10. In Block 8 of the SF
254 specify only current W-2 payroll (non-contract) personnel of the
A-E Design Firm. Complete the SF 255 as follows: On page 3, complete
items 1 through 4, inclusive. Do not respond to item 5. On pages 4-10
inclusive, no response required. On page 11, under item 10, respond to
the five (5) stage I evaluation criteria stated in this CBD
announcement. Also indicate that the A-E Design Firm meets the
geographic limitations as stated in this announcement. In block 11,
sign and date the submittal. This procurement is being made under the
Small Business Competitiveness Demonstration Program. This procurement
is open to small and large business concerns. Before award of this
contract, the A-E Design Firm (if not a small business) shall be
required to present an acceptable Small Business and Small
Disadvantaged Business Subcontracting Plan in accordance with Public
Law 95-507. Offerors please note: By separate solicitation, the
Government intends to make an addition procurement for a Construction
Manager to participate in value engineering study, constructibility
review, and assist GSA in construction management, contract
administration, and inspection services for the CFSAN. Offerors are
invited to attend a pre-submittal conference at the GSA Regional Office
Building, 7th & D Streets SW, Washington, DC on Thursday, September 7,
1995 at 10:00 A.M. in the Auditorium. This is not a request for
proposals. (0220) Loren Data Corp. http://www.ld.com (SYN# 0015 19950809\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|