|
COMMERCE BUSINESS DAILY ISSUE OF MAY 2,1996 PSA#1586GENERAL SERVICES ADMINISTRATION, PBS,26 FEDERAL PLAZA,,NEW YORK,NY
10278-009 0 C -- A-E SVCS. RENOVATION & ALTERATION SOL GS-02P-96-DTC-0047 DUE
060696 POC Contact,Gayle Schuster,212/264-2825,Contracting Officer,Joan
Betts,212/264- 9486 The General Services Administration (GSA, Northeast
and Caribbean Region, New York) announces an opportunity for Design
Excellence for Architect/Engineering Services for major renovation and
alteration of the Internal Revenue Service Center, 1040 Waverly
Avenue, Holtsville, New York. The project involves HVAC modernization;
installation of building automation system for HVAC and lighting;
electrical system modernization; fire alarm system upgrading; lighting
protection system upgrading; interior remodeling including new access
floor system, new floor covering, new ceilings and lighting, interior
partition and door changes; restroom remodeling including handicapped
accessibility; kitchen and serving area renovation; replacement of
windows and entrance doors; roof repair; improvements to exterior
walkways, roadways, and outdoor parking areas, replacement of storm
drainage system, new asphalt paving, and new exterior lighting; seismic
work on equipment and concrete block walls for life safety; and
incidental asbestos abatement. The project will be designed and
constructed in metric units. Services include Pre-Design, Design,
Construction Inspection (optional), As-Built Drawings (optional) and
Post Construction Contract Services (optional). Estimated construction
cost range is $25,000,000 to $30,000,000. Project Number is INY96401.
A/E design services will require preparation of drawings
specifications, cost estimate scheduling and provision for inclusion of
optional Construction Inspection, optional As-Built Drawings and
optional Post Construction Contract Services. Consideration is limited
to firms having an active design production office located within
Suffolk County, Nassau County, or the five boroughs of New York City,
Manhattan, Queens, the Bronx, Brooklyn, or Staten Island. At least one
member of any joint venture must have an existing active design office
within the geographic location, capable of performing the work required
under this solicitation. Joint ventures will be considered and
evaluated based upon a demonstrated interdependence of the members to
provide a quality design effort and having the capacity to follow
through on all phases of the project. The A/E selection will be
completed in two stages as follows: STAGE I: The first stage will
establish the Architectural experience and capabilities, and the
Mechanical, Electrical, Structural, and Civil Engineering experience of
the ''lead A/E Design Firm''. In the FIRST STAGE, a short list minimum
of three (3) A/E Design Firms will be selected for the project. The
short list will be based on the A/E Design firms' 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, and will express its design philosophy. Qualifications
submitted by each firm will be reviewed and evaluated based on the
following CRITERIA: (1) PAST PERFORMANCE ON DESIGN (40%) The Design
Firm shall submit 8'' x 10'' graphics (maximum of three projects) and
a typewritten description (maximum of one page per project) of projects
similar in size and scope completed within the past 10 years. The three
(3) projects shall demonstrate architectural, electrical, mechanical
and structural engineering design accomplishments. A minimum of (1)
project shall demonstrate roof design accomplishments for a roof of at
least 9,000 contiguous square meters. At least one project shall have
been accomplished in a partially occupied building. The narrative
shall address the design approach for and the features of each project
(include tangible evidence where possible i.e. certificates, awards,
peer recognition etc. demonstrating design excellence.) (2) PHILOSOPHY
AND DESIGN INTENT (25%) In the lead designers' words (maximum of two
typewritten pages each for architectural, electrical, mechanical and
structural engineering disciplines). (3) LEAD DESIGNERS (ARCHITECTURAL)
PORTFOLIOS (20%) Submit typewritten description (maximum of one page
per project) of two (2) designs which involved the above specified
disciplines, completed in the past 10 years, attributed to each lead
designer. Narratives shall include a discussion of design challenges,
resolutions, and 8'' x 10'' graphics (maximum of three per project).
(4) LEAD DESIGNERS (ARCHITECTURAL) PROFILES (15%). Submit a
biographical sketch including education, professional experience and
recognition for design efforts on similar projects. This should include
no more than one typewritten page. Do not submit photographs. Identify
and describe areas of responsibility. (SUBMIT FORM 254 AND 255 FOR
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 will be provided for the A/E Design Firms to
establish full project teams. Responses must include SF-254 for all
joint venture members and/or consultants and a composite SF-255 for the
proposed team. If the ''A/E design firm'' is comprised of a
partnership, corporation, joint venture 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
included in both the Stage I and II submittals. A complete scope of
work may be obtained from Gayle Schuster, Contract Specialist, at 26
Federal Plaza, Rm. 1639, New York, NY 10278. A pre-submittal meeting
will be held on Wednesday, May 15, 1996, at the IRS Service Center,
1040 Waverly Avenue, Holtsville, New York at 10:30 A.M. Pre-
registration for the pre-submittal meeting is required for all
attendees. You may call Gayle Schuster at (212) 264-2825 to
pre-register. 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
it's 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's 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 business concerns
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 memeber
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) within 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 a SF-255 (for
Stage I ''A-E Design Firm'') along with a letter of interest. Please
Note: In Block 8 of the SF-254, specify only current payroll
(non-contract) personnel of each firm. In Block 10 of of the SF-255,
the A-E firm MUST sign (name and title), and date the submittal.
Submission shall be mailed to General Services Administration, Program
Support Division, 26 Federal Plaza, Room 18-130, New York, NY 10278 by
June 6, 1996, 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-0047(N)/Title : Renovation and Alteration, IRS Customer
Service Center, Holtsville, New York. 2) Due Date: June 6, 1996. 3)
Closing Time: 4:30 P.M. SUBMISSIONS DELIVERED TO THE ISSUING OFFICE
WILL NOT BE ACCEPTED. Award of this contrat is contingent upon funding
approval. This is not a Request For Proposal. (0121) Loren Data Corp. http://www.ld.com (SYN# 0021 19960501\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|