|
COMMERCE BUSINESS DAILY ISSUE OF MAY 16,1996 PSA#1596GSA, PBS, Property Development, Ohio Branch (5PCO), JCK Federal
Building, 230 S Dearborn Street, Room 3512, M/S 35-3, Chicago, Illinois
60604 C -- ARCHITECT/ENGINEER SERVICES, INDIANAPOLIS, INDIANA, FORT BENJAMIN
HARRISON, BUILDING ONE, MODERNIZATION AND RENOVATION SOL
GS05P96GBC0013. Contact Yvonne Flores, 312/886-6920/Contracting
Officer. The General Services Administration (GSA) announces an
opportunity for design excellence in architecture, renovation,
mechanical and electrical engineering. Architect-Engineering (A/E)
Services are required for the Modernization and Renovation at Fort
Benjamin Harrison of Building One, at 8899 East 56th Street in
Indianapolis, Indiana for GSA Great Lakes Region (5), Solicitation No.
GS05P96GBC0013. The building was constructed in 1951 and contains
approximately 1.6 million gross square feet. The building currently
houses nearly 4000 employees primarily from the Defense Finance
Accounting Service (DFAS). The estimated total construction cost for
the project is estimated to range between $90,000,000 and $120,000,000
and will be accomplished through phased construction. The design will
require that DFAS continue to operate fully during the renovation
process. The Design Team will be responsible for the development of a
phasing plan for the renovation program that will allow the building
occupants to carry on their business efficiently and safely throughout
the construction period. The modernization of Building One will
consist of the general rehabilitation/renovation of the building in an
asbestos environment. All new work will coordinate with the existing
construction and utilities that remain in the building. The design may
include but not be limited to: asbestos abatement, replacement of
windows, miscellaneous exterior repairs, reglazing skylights,
miscellaneous roof repair, modernization of restrooms, new ceiling
systems, miscellaneous interior improvements (wall partition
replacement, carpet, painting), providing electrical for lighting,
computers, exterior lighting and new emergency generator along with
other miscellaneous electrical improvements, replace air distribution
systems, other miscellaneous HVAC improvements, upgrade
interior/exterior for accessibility and adding islands to parking lots.
Improvements shall include compliance with the current accessibility
and firesafety standards. The project is to be designed in metric units
only. Use hard metric dimensions and units to the maximums extent
feasible. The scope of A/E services under this proposed Fixed Price
Contract may include, but not be limited to the following: pre-design
programming; survey of existing conditions; studies; developing
concepts; presentations for client agencies; energy conservation
analysis; development of housing plans and support for the relocation
of tenants into swing space; development of phasing plans; complete
architectural and engineering design; preparation of specifications and
CADD drawings for Construction Documents; Value Engineering; Cost
Estimating; Space Planning; Interior Design; Post Construction Contract
Services (PCCS) consisting of shop drawing review, photography, record
drawings and Construction Phase Inspection Services). The A/E
selection will be completed in two stages as follows: STAGE I: The
first stage will establish the Architectural, Mechanical and Electrical
Engineering, and Industrial Hygienist Design capabilities of the A/E
design firms and their key designers. In this process, the key design
individuals and the associated A/E firms that will develop the
philosophy, design intent and conceptual design for this building are
herein identified as the ``A/E Design Firm''. The Mechanical/Electrical
Engineering requirements and how they are implemented in an asbestos
containing environment form a large portion of the total scope of this
project and it is essential that for this project the term ``A/E
Design Firm'' includes the team of Mechanical and Electrical Engineers
that will have the primary responsibility to conceive the design
concepts and methods of accomplishing them. In the first stage, a short
list minimum of three (3) A/E design firms will be selected for
continuation into the second phase. The short list will be based on the
A/E Design Firms' submittal in response to this Request For
Qualifications (RFQ). The A/E Design Firm will provide specific
evidence of its capabilities to deliver Design Excellence in Office
Design and Engineering, and will express its design approach and
philosophy. Interested firms shall submit Standard Forms 254 and 255
for the A/E Design Firm only along with the following additional
information. Qualifications submitted by each firm will be reviewed and
evaluated based on the following criteria which is in descending order
of importance: (1) PAST PERFORMANCE ON DESIGN: The A/E Design Firm
shall submit 8'' x 10'' graphics (maximum of three per project) and a
written description (maximum of one page per project) of five (5)
relevant projects completed within the past 10 years. Three (3)
projects shall demonstrate architectural accomplishments and the
incorporation of new complex state-of-the-art facilities within
existing structures. Two (2) projects shall demonstrate electrical and
mechanical engineering accomplishments (minimum of one of each). The
narrative shall address the design approach and salient features for
each project (including tangible evidence where possible i.e.
certificates, awards, peer recognition; etc. demonstrating design
excellence) and discuss how the design constraints were satisfied by
the design solution. (2) PHILOSOPHY AND DESIGN INTENT: In the Key
Designers' words (maximum of one page for each of the following:
architectural, mechanical and electrical engineering) state their
overall design philosophy, and parameters that apply specifically to
the modernization of buildings with the focus on the unique aspects of
installing flexible state of the art building systems in existing
structures. (3) KEY DESIGNERS' PORTFOLIO: The Key Designers'
(architectural, electrical and mechanical engineering) shall submit 8''
x 10'' graphics (maximum of three per project) and a written
description (maximum of one page per project) of two (2) relevant
projects each (total of six) completed within the past 10 years
directly attributable to the Key Designers. Narrative shall include a
discussion of design challenges for both architectural and engineering
disciplines and the resolution and lead designers philosophy,
responsibility and influence on the design solution. (4) KEY DESIGNERS'
PROFILE: Submit a biographical sketch including education, professional
experience, and recognition for design efforts inclusive of examples of
similar projects for each Key Designer (architectural, electrical and
mechanical engineering). Identify and describe areas of responsibility
and commitment to this project. STAGE II: In this stage, the entire
project team, including the A/E Design Firm selected in the first
stage, its designated Key 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.
Continuity of key personnel for the duration of the project will be
essential. It is not necessary to submit portfolio/graphic information
submitted in Stage I. An interview with each project team will be
included in this stage. The Government will establish the criteria and
date these submittals are due and provide the selection criteria for
the interviews and final selection process, with the Stage I short list
announcement. Once announced, the short list will be published in the
CBD. Sufficient time will be provided for the A/E design firm to
establish the project team. The A/E design firm must have an active
production office within the tri-state region (Illinois, Indiana, Ohio)
which has been active for a minimum of one year and will remain so
throughout the life of the contract. Interested firms with more than
one office must indicate on their SF 255, the staffing composition of
the office in which the work will be performed. If the A/E design firm
is a partnership, corporation, association or other legal entity, one
of the associated firms must satisfy this requirement. If the A/E
design firm is comprised of a partnership, corporation, association 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 the Stage I
submittal. This entity must be in place at the time of contract award.
This solicitation is open to both large and small business concerns in
accordance with the Small Business Competitiveness Demonstration
Program. Although this procurement is open to large business, small and
minority owned A/E firms are strongly encouraged to participate. The
Government recognizes the talent existing in smaller firms and
encourages the contributions of new and innovative designers to public
architecture. In accordance with Public Law 95-507 the Design Firm
will be required to provide the maximum practicable opportunities for
small business concerns, women-owned small business concerns and small
business concerns owned and controlled by socially and economically
disadvantaged individuals to participate as subcontractors in the
performance of the contract. The use of subcontractors/consultants
shown on the submitted SF 254's and SF 255's will be reflected in a
Small and Small Disadvantaged Business Subcontracting plan included in
the contract. The detailed plan is not required to be submitted with
the SF 255, but must be prepared prior to award. However, this
requirement should be taken into consideration when assembling the
teams for the SF 255. The minimum acceptable subcontracting target
goals for this project will be determined by each individual firm.
Firms seeking consideration for this contract shall demonstrate a
proactive effort to achieve the highest subcontracting goals possible
for small business, women-owned small business and small disadvantaged
business concerns. These goals will be reviewed and approved by the
Small Business Administration (SBA) prior to award of the contract.
Firms must also provide a brief written narrative of outreach efforts
made to utilize small, small disadvantaged, and women-owned businesses.
The narrative shall not exceed one typewritten page and should be
included in item 10 of the standard form 255. An acceptable
subcontracting plan must be agreed to before contract award. Small
Businesses are not subject to this requirement. Firms having the
capabilities to perform the services described in this announcement are
invited to respond by submitting the information requested in the four
evaluation criteria for Stage I included herein with a letter of
interest identifying this announcement by solicitation number no later
than June 17, 1996 by 4:00 pm (CST). The information is to be
submitted to the above referenced address. The following information
must be on the outside of each submittal package: (1) Solicitation No.
and Title, (2) Due Date and (3) Closing Time. Late responses are
subject to FAR provision 52.215.10. Each 255 submitted must make the
following certification as the last entry in Block 10: ``I hereby
certify the firm (or joint venture) and consultants listed for this
project meet the geographic locations stated in the CBD announcement
for this solicitation.'' A follow-up listing of firms to be interviewed
will appear in this publication. All other A-E firms and consultants
interested in participating in the design team should submit a one-page
letter of interest only, which will be forwarded to the short-listed
firms. Award of this contract is contingent upon funding approval. All
GSA employees are governed by GSA Order ADM6420.4, GSA Standards of
Conduct, as published in the Federal Register, February 12, 1980, pages
9272-9283. No other general notification to firms will be made. This is
not a request for fee proposal. See Note 24. (134) Loren Data Corp. http://www.ld.com (SYN# 0013 19960515\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|