Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 12,1995 PSA#1488

General Services Administration, PBS,Fee Developer Division,26 Federal Plaza, Rm.1639,New York,NY 10278

C -- A/E SERVICES - RENOVATION ALTERATION SOL GS-02P-96-DTC-0011 DUE 011696 POC Contact,Anthony Militello,212/264-9490,Contracting Officer,Joan Betts,212/2 64-9490 The General Services Administration (GSA, Northeast and Caribbean Region, New York) announces an opportunity for Design Excellence in Architecture, Historic Preservation, Structural, Mechanical and Electrical Engineering. Architect-Engineering (A-E) services as required for Renovation/Adaptive Reuse of the United States General Post Office (GPO) Building, Brooklyn, New York. This Building is listed as a New York City Landmark and is on the National Register of Historic Places. The Project is described as follows: The existing 36,000 gross square meter (GSM) facility will be expanded to approximately 48,200 GSM without increasing building height or footprint. The design will require that all utilities and other tenant services continue to be performed to the portion of the building occupied by the USPS during construction. This procurement is open to concerns having an active design production office located within the geographic area of the five boroughs; Brooklyn, Bronx, Queens, Manhattan, And Staten Island; of the city of New York. The estimated construction cost ranges between $100,000,000 and $117,000,000 with construction duration exceeding two years. The Design will include, but is not limited to, demolition, modification to the superstructure, exterior enclosure, roofing, interior construction, plumbing, HVAC, elevators, fire protection, electrical, lighting and power, special systems (emergency generator, UPS, security, communication and data system, energy management system), and site work. The project scope includes design of Brankruptcy courtrooms to meet requirements of the U.S. Court Design Guide. The building contains asbestos pipe insulation, VAT floor tiles and roofing material; lead paint and a lead-contaminated firing range; and PCBs in lighting ballasts. Abatment is required for all these hazardous materials. All improvements shall be designed to respect the historic fabric of the building. The Scope of A-E Services under this Firm Fixed Price Contract includes, but is not limited to: Predesign survey of existing conditions, programming studies; presentations to cliets and to historic preservation agencies; energy conservation analyses; development of housing plans and support for the relocation of the USPS into swing space, complete architectural & engineering design, preparation of specifications, CADD drawings, scheduling, value engineering, cost estimating, construction phasing and space planning, interior design, optional post construction contract services (PCCS), optional as-built drawings, optional construction phase A-E inspection services and other related services. The project will be designed and constructed in metric units. The A-E selection will be completed in two stages as follows: STAGE I: The first stage will establish the Architectural and Historic Preservation capabilities of the ''lead A-E Design Firm''. In the FIRST STAGE, a minimum of three (3) firms will be short listed for further consideration. The short list will be based on the A-E Design firms' Stage I submittals in response to this Request For Qualification (RFQ). The A-E Design firm will provide specific evidence of its capabilities to deliver design excellence, historic preservation design and will express its design philosophy. Qualifications submitted by each lead A-E firm will be reviewed and evaluated based on the following CRITERA: (1) PAST PERFORMANCE ON DESIGN (40%). The A-E Design Firm shall submit 8'' by 10'' graphics (maximum of three projects) and a typewritten description (maximum of one page per project) of gut and rehab projects completed within the past 10 years. The three projects shall demonstrate architectural and historic preservation design accomplishments. A minimum of two projects shall demonstrate historic preservation/renovation projects including electrical, mechanical and structural engineering design accomplishments. At least one project shall have been accomplished in a partially occupied building. The narrative shall address the design approach for the features of each project (include tangible evidence where possible i.e. certificates, awards, peer recognition etc., demonstrating design excellence) and address how historic preservation constraints were satisfied by the design. (2) PHILOSOPHY AND DESIGN INTENT (25%). In the lead designers' words (maximum of two typewritten pages each for architectural, historic preservation, electrical, mechanical and structural engineering disciplines), state overall design philosophy, approach tothe challenge of resolving historic preservation issues and parameters that may apply specifically to the modernization of historic buildings with focus on the unique aspects of installing state-of-the-art, yet operationally flexible utility systems in historic buildings. (3) LEAD DESIGNERS (ARCHITECTURAL/ HISTORIC PRESERVATION, STRUCTURAL, ELECTRICAL AND MECHANICAL ENGINEERING) PORTFOLIOS (20%). Submit typewritten description (maximum of one page per project) of two designs completed in the past 10 years, attributed to each lead designer. Narratives shall include a discussion of design challenges, resolutions and 8'' by 10'' graphics (maximum of three per project). (4) LEAD DESIGNERS (ARCHITECTURAL/HISTORIC PRESERVATION PROFILES (15%). Submit a biographical sketch including education, professional experience and recognition for design efforts on similar projects. Identify and describe areas of responsibility. SUBMIT SF 255 AND 254 FOR THE LEAD A-E FIRM ONLY. STAGE II. In this stage the entire project TEAM, including the A-E Design Firms selected 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 submit Standard Forms 254 and 255's 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, with the Stage I short list announcement published in the CBD. A brief period, no longer than 14 calendar days, will be provided for the A-E Design Firms to establish full project teams. The lead A-E must have an active design production office located within the geographical area of the five boroughs ; Brooklyn, Bronx, Queens, Manhattan, and Staten Island; of the city of New York. The Government will not allow payment for travel, living expenses, computer hookups for the prime or the consultants. In developing the project team required for stage II, A-E Firms are advised that at least 65% of the level of contract effort must be performed within the geographic area cited above, excluding specialty consultants. If the A-E Design Firm is comprised of a partnership, corporation or other legal entity permitted by law to practice architecture or engineering, a complete description of the proposed internal responsibilities of the components must be includedin both the Stage I and Stage II submittals. A complete Scope of Work may be obtained from the General Services Administration, Public Buildings Service, Fee Developer Division, Contracts Branch, Room 1639, 26 Federal Plaza, New York, NY 10278. A pre-submittal meeting will be held on 12/21/95 at 10:00 A.M. at 225 Cadman Plaza, Room S-166,Brooklyn, New York. A walking tour of GPO Building will take place right after the meeting. For further information, contact Anthony Militello at (212) 264- 9490. This procurement is issued under the Small Business Competitiveness Demonstration Program. This procurement is open to both large and small business concerns. Before award of the contract the A-E (if not a small business of $2,500,000 gross average sales receipts for the past three years) shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established subcontracting goals of 32 percent for small businesses, 6 percent for small disadvantaged businesses, and 3 percent for small Woman-Owned businesses. In support of the agency efforts, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above goals. The use of subcontractor consultants will be reflected in a Small Business Subcontracting Plan to be submitted with the Stage II submittal and included in the contract. Firms must also provide a brief written narrative of outreach efforts made to utilize Small, Small Disadvantaged and Small Woman-Owned firms during Stage II. The narrative shall not exceed one typewritten page. An acceptable subcontracting plan must be agreed to before contract award. Small, Small Disadvantaged and Small Woman-Owned 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 possible with Small, Small Disadvantaged and Small Woman-Owned firms as part of their ORIGINAL SUBMITTED TEAMS. A draft contract will be furnished to all firms being interviewed. The A-E firm selected will be required to furnish to the Contracting Officer preliminary salary rates and overhead rate(s) witin 14 calendar days of notification. A-E Firms having the capability to perform the services described in this announcement are invited to respond by submitting completed SF 254's (for the Stage I ''A-E Design Firm) which must be dated no more than twelve months before the date of this synopsis, and an SF 255 (for the Stage I ''A-E Design Firm'') along with a letter of interest. Please Note: In Block 8 of the 254 specify only current payroll (non-contract) personnel of each firm. In Block 10 of the 255, the A-E Firm MUST respond to the FOUR EVALUATION CRITERIA stated in the CBD announcement for this solicitation. In Block 11 of the SF 255, the A-E Design firm MUST sign (name&title), and date of the submittal. Submissions shall be mailed to General Services Administration, Program Support Division, 26 Federal Plaza, Room 18-130, New York, NY 10278 by January 16, 1996, by 4:30 P.M. local time. The Following information MUST be on the outside of the sealed envelope. 1) Solicitation No. GS-02P-96-DTC-0011(N)/Title: Renovation/Adaptive Reuse, United States General Post Office (GPO) Building, Brooklyn, New York 2) Due Date: January 16, 1996 3) Closing Time: 4:30 P.M. SUBMISSIONS DELIVERED TO THE ISSUING OFFICE WILL NOT BE ACCEPTED. Award of this contract is cotingent upon funding approval. This is not a Request For Proposal. (0342)

Loren Data Corp. http://www.ld.com (SYN# 0008 19951211\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page