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