|
COMMERCE BUSINESS DAILY ISSUE OF MAY 24,1996 PSA#1602USDA, Office of Operations, Procurement Division, AECT, Rm. 1515 South
Building, 14th & Independence Avenue, S.W., Washington, D.C. 20250 C -- SOUTH BUILDING MODERNIZATION SOL RFP-00-96-R-403 DUE 070296 POC
Contact Clyde Lohere, 202-720-3009 The Department of Agriculture
(USDA), Office of Operations (OO), is considering AE Firms to provide
AE Services for the modernization of the 2.2 million gross square foot
Agriculture South Building to eliminate health and life safety
hazards; replace deteriorating, inadequate, and inefficient mechanical,
plumbing, and electrical systems; accommodate modern office technology;
improve space utilization through effective space planning; restore and
preserve the architectural fabric of the building; and consolidate USDA
agencies into each modernization phase as the project proceeds. The
Agriculture South Building, constructed between 1930 and 1936, provides
space for over 6000 USDA headquarters personnel and is located adjacent
to the National Mall on Independence Avenue between 12th and 14th
Streets, S.W. It is a (6) story steel frame building, with a basement,
sub-basement and attic, consisting of (7) wings with a headhouse and
tailhouse and (6) courtyards. At this time, the modernization process
is being planned to consist of at least eight phases of building
renovation, with a total construction cost estimated between $150 and
$180 million. The construction funding expected to be available for
Wings 3 and 4 is approximately $36 million, depending on Congressional
approval. The building will remain occupied, except the phase area
under construction. The design must ensure that operation and safety of
occupied portions of the building are maintained throughout the
modernization program. This contract will include the total Concept
Design Phase in which the architect and engineer (AE) design team shall
develop architectural and engineering analyses and evaluations, concept
design drawings, calculations, specifications and cost estimates to
develop the detailed modernization plan and concept design for the
entire building. The numerous relevant studies and plans developed by
the Government over the past ten years will be provided to the selected
AE Team as the basis for analysis and design. The contract will also
include the complete design through construction documents of the
modernization of Wings 3 and 4, with construction phase services for
this work. The contract will also include space planning services for
both the Conceptual Design Phase and for the full design and tenant
build-out for Wings 3 and 4. Move coordination services for the moving
of tenants to temporary relocation space and for the final move of
tenants into newly modernized space in Wings 3 and 4 is also planned as
part of this contract. The Architect-Engineer design team shall appoint
an overall project manager (OPM), a principal of the firm, who shall
provide all necessary contact and project representation for the
successful accomplishment of the work. In addition each discipline
shall be assigned one lead project manager that shall be responsible
for coordinating his/her discipline with the other trades. The project
managers shall be thoroughly familiar with all requirements of the
work and the cost limitations of the project. Only one project manager
shall be assigned for the duration of the project work. Alternate
project managers should be listed. The project managers shall be
identified in the A/E s SF 254's and SF 255. The AE design team shall
be registered in the District of Columbia.Design and construction
contract documents for Wings 3 and 4 of the modernization are required
to be completed by May 30, 1997. Award of this AE contract is planned
by September 30, 1996. The AE services shall be procured through a two
stage evaluation process in accordance with the Brooks Act: Stage I -
Slate Selection, and Stage II - Interviews. The AE design team selected
based on the government's evaluation will be requested to provide a fee
proposal based upon the Request for Proposals that will be provided to
the AE after final selection. Any contract that may be awarded as a
result of this procurement action will be a negotiated firm fixed price
contract. The evaluation factors for selection are listed below in
descending order of importance: A. Recent (construction and occupancy
within the last ten (10) years) specialized experience of the proposed
AE Team firms (prime and consultants) in design and construction of
major renovations of comparable complexity (minimum $20 million
construction cost or 200,000 gross square feet) in existing office-type
buildings. Include a description of a minimum of five (5) comparable
projects, with narratives, photographs, and reduced plans in 8 =AB inch
x 11 inch format which demonstrate the quality= of the prior
experience.=20 Narratives shall be concise and not exceed two pages for
each example project. Office-type buildings may include hospitals,
educational facilities, or similar structures whose primary purpose is
to house people in a living or working environment. Experience in the
following areas will be evaluated based on the presentation of the
example projects submitted: (1) Phasing requiring continuity of
operation of an occupied building; (2) Federal contract experience; (3)
HVAC and plumbing systems; (4) electrical systems and lighting; (5)
life safety and fire protection; (6) environmental health and safety
such as PCB's, asbestos, and lead abatement; (7) architectural repairs
and alterations and space planning; (8) energy and water conservation;
(9) preservation of historic buildings; (10) structural engineering;
(11) construction administration; (12) telecommunications; (13)
security; (14) tenant relocation services. Identify role of each member
firm of the proposed AE Team (prime and consultants) in the example
projects. B. Professional qualifications and experience of the proposed
key staff and consultant personnel, including professional
registration, technical skills, design and construction project
experience and project management skills. Key personnel include the
lead mechanical and fire protection engineers, electrical engineers,
architects, interior designers, space planners, historic architects,
construction inspector, project manager, structural engineers and
telecommunications, security, elevator and estimating consultants.
Submit the name of the key individuals from each firm proposed for this
project with a description of their roles, extent of availability and
corporate commitment to this project. Provide a summary sheet which
identifies key personnel roles in the project examples under Factor A,
if any. C. Past performance on contracts with Government agencies
and/or private industry, including the firm's ability to produce a well
organized, accurate, and fully coordinated set of contract documents,
as evidenced by the quality of the firm's design work and record of
design-related change orders, and the firm's ability to maintain
control of costs and schedules. Provide the name and phone number of
two client references for each of the minimum of five (5) completed
project examples, including the owner's project manager and the
contracting officer, if a government contract, and data to substantiate
record of costs from budget through design, bid amount, change orders
and final construction costs, and the record of compliance with
performance schedules.D.Capability of the AE Team to accomplish the
work in the required time, while maintaining a high level of design
excellence, based on sufficient staffing and facilities, the firm's
present and projected workload and emphasis on this contract, and the
offeror's approach to managing the project. An organizational chart
demonstrating the roles and responsibilities of the AE Team key
personnel and lines of authority should be provided. E. Experience of
AE Design Team (firms and key personnel) working together. F. Ability
of the offeror to perform computer - assisted design compatible with
AutoCAD Version 12.1 (or higher). G. The ability of the offeror to
perform all design work in metric units of measurement. H. Extent of
participation of small, small disadvantaged and small women-owned
businesses on the proposed AE Team. The recommended goals for
participation are 20 percent for small business, 10 percent for small
disadvantaged business and 3 percent for small business/women-owned,
measured as a percentage of the estimated effort. Both small and large
businesses will be evaluated against this factor. An acceptable
Subcontracting Plan reflecting the offeror's proposed AE Team shall be
submitted by all large businesses after selection of the AE Team and
must be approved prior to contract award.=20 The contracting officer
(CO) will enter into negotiations with the most preferred firm as
chosen by the Selection Authority in the final selection. This firm
will be issued a solicitation that identifies the government's
requirements for this procurement action and will be given a proposal
due date for the submission of their proposal. Upon completion of
negotiations the Contracting Officer will request the Best and Final
Offer (BAFO) for this firm. If the Contracting Officer cannot determine
that the prices offered are fair and reasonable then the CO will notify
the firm that negotiations have been terminated. The contracting
officer will than initiate negotiations with the next firm on the final
selection list. This process will continue until a contract has been
negotiated. The AE Team must respond to the above evaluation factors in
Block 10 of the AE's SF 255. The AE Design Team MUST have or MUST
ESTABLISH within 30 days after the award of the contract, an active
production office within 50 mile radius of the United States Capital
Building in Washington, D.C. The government will not allow payment for
travel, living expenses, computer time or hookups for the prime or the
consultants. In developing the project team required, AE Firms are
advised that at least 65% of the level of contract effort must be
performed in the Washington, D.C. Area, excluding speciality
consultants. If the ''AE 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 the Stage I submittal. Firms or joint ventures having the
capabilities to perform the services described in this announcement are
invited to respond by submitting current (within 12 months of the date
of this announcement), completed and signed SF 254's (for firm/joint
venture and consultants) and a SF 255 along with a letter of interest
identifying the contract by solicitation number to the Contracting
Officer by 10:00 A.m., local time on June 21, 1996. In Block 8 of the
SF 254 specify only current W-2 payroll personnel of each firm.
Contract employees shall be indicated in Block 6 of the SF 255 as
consultants. Also include in Block 10 of the SF 255, as the last entry,
the following CERTIFICATION, ''I hereby certify that all personnel
listed on the SF 254 for each firm (or joint venture) and consultants
listed for this project are current W-2 payroll personnel of the
listing firms.'' This is not a Request for Proposal. (0143) Loren Data Corp. http://www.ld.com (SYN# 0018 19960523\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|