Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1995 PSA#1407

GSA, 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