Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 21,1998 PSA#2246

General Services Administration, Public Buildings Service (PBS), Property Development Division (1PC), 10 Causeway Street, Boston, MA, 02222-1077

C -- A/E DESIGN EXCELLENCE, NEW CONSTRUCTION, U.S. FEDERAL COURTHOUSE, SPRINGFIELD, MA SOL GS01P99BWC0016 DUE 030299 POC Peter Menzies, Contracting Officer, Phone (617) 565-5733, Fax (617) 565-5967, Email peter.menzies@gsa.gov -- Peter Menzies, Contracting Officer, Phone (617) 565-5733, Fax (617) 565-5967, Email peter.menzies@gsa.gov WEB: Visit this URL for the latest information about this, http://eps.arnet.gov/cgi-bin/WebObjects/EPS?ACode=R&;ProjID=GS01P99BWC0 016&LocID=258. E-MAIL: Peter Menzies, peter.menzies@gsa.gov. A-E SVCS. NEW CONSTRUCTION GS-01P-99-BWC-0016, DUE 3/2/99 Sponsor GENERAL SERVICES ADMINISTRATION, PBS, 10 CAUSEWAY STREET, BOSTON, MA 02222-1077 A-E DESIGN, PCS, & M&I SVCS. (NEW CONSTRUCTION) SOL GS-01P-99-BWC-0016, DUE 3/2/99 POC Peter Menzies, 617-565-5733 Contracting Officer. The General Services Administration (GSA, Region 1 Boston, MA) announces an opportunity for Design Excellence for Architect/Engineering Services for the design of a New Courthouse in Springfield, MA. Services include Pre-Design, and Design. This project will be designed and constructed in metric units. Estimated construction cost is over $10,000,000. The A/E fee for design services shall be within the 6% statutory limitation based on the government construction estimate at the time of negotiation. Project Number is NMA00024. A/E design services will require preparation of drawings, specifications, cost estimates, schedules and provision for the inclusion of the following optional services: Post Construction Contract Services including submittal and shop drawing review and Record Drawings, Construction Management Administration and Inspection Services, Independent Constructability Review Services, Site Investigation, Programming, Commissioning, Value Engineering, Partnering Facilitation, and Tenant Space Plans including furniture drawings and inventories, and Record Documents. Consideration is limited to firms having an active design/production office located within the New England Region, CT, MA, ME, NH, RI, VT. At least one member of any professional collaboration or joint venture must have an existing active design/production office within the geographic location, capable of performing the work required under this solicitation. Joint ventures and/or professional collaborations 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 three stages as follows: STAGE I: The first stage will establish the experience and capabilities of the "A/E Design firm, and the lead designer. In the first stage, a short list, minimum of six (6) A/E Design Firms, will be selected to continue to stage two. 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 shall provide specific evidence of its capabilities to deliver design excellence, and shall express its design philosophy. Qualifications submitted by each firm will be reviewed and evaluated during this stage using the following CRITERIA: (1) PAST PERFORMANCE ON DESIGN (35%). The Design Firm shall submit 8 12" x 11", graphics (three graphics per project) and a typewritten description (maximum of one page per project) of five projects completed in the last 10 years. The five (5) projects shall have included architectural and engineering design requirements. The A/E design firm shall clearly identify the portions of the submitted designs for which they had responsibility. A minimum of one (1) project shall be similar to the complexity of a U.S. Court house. 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 PORTFOLIOS (20%) Submit typewritten description (maximum of one page per project) and 8" x 10" graphics (maximum of three per project) of five (5) designs, completed in the past 10 years, attributed to the lead designer. The lead designer may be an individual or a student. Narratives shall include a discussion of design challenges, resolutions. (4) LEAD DESIGNERS 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. (5) GEOGRAPHIC LOCATION (5%). The design/production team shall perform a significant portion of its design/production effort with a firm who_s primary office address is in the state of Massachusetts, Connecticut, or Rhode Island. (SUBMIT FORM 254 AND 255 FOR LEAD A/E FIRM ONLY). <<>> STAGE II: In the second stage of evaluation, each of the short listed firms will submit information for the total PROJECT TEAM for review. The PROJECT TEAM shall be considered to include the A/E Design Firm, their designated lead designer and ALL consultants who will be involved on the project. The A/E Design Firm shall submit Standard Forms 254 and 255's that address the ENTIRE PROJECT TEAM. The date that stage II submittals are due, and the Stage I short list, will be published in the CBD. A brief period will be provided for the A/E Design Firms to establish their full project team_s response to STAGE II requirements. Responses must include SF-254 for all joint venture members and/or consultants and a composite SF-255 for the proposed team. If an "A/E design firm" is composed 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 Stage II submittals. Qualifications submitted by each firm will be reviewed and evaluated during this stage using the following CRITERIA: (1) PAST PERFORMANCE (35%). The project Team wall submit 8x10 graphics (maximum three projects) and a typewritten description (maximum one page per project) of new construction projects completed in the last 10 years. The three projects shall demonstrate the teams ability to deliver projects that are on time, on budget, energy conserving, and make use of "green" building techniques. The sample projects shallalso be of similar complexity and value to this project. (2) TEAM ORGANIZATION (30%). The A/E will submit a team and management plan indicating who, how and where the project will be accomplished. (3) PROFESSIONAL QUALIFICATIONS (35%). The A/E will provide key personnel resumes, SF-254s, and composite SF-255s. The Stage II evaluations will culminate with an interview with the GSA. Stage II rankings will be used in conjunction with Stage I rankings to determine the firms that will be invited to participate in Stage III. <<>> STAGE III: A minimum of three firms will be invited to participate in Stage III, and will be further evaluated by an anonymous design competition, judged by a panel of independent professionals. The purpose of the design competition is to further evaluate the A/E_s qualifications for this project by evaluating the design merits of each designer_s "vision" for this specific project. A package of information including programming, site information, project goals, and competitionrequirements will be distributed and used to define the deliverables for the design competition. A fixed compensation will be provided to the offerors for their participation in the competition. The design competition proposals will be used to enhance the designer_s portfolio in the evaluation process, and will be used in conjunction with Phase I and Phase II rankings in evaluation of the A/E firms. The designer_s "vision" concept will weigh substantially in the final A/E firm selection by the GSA. The submitted concept designs become the property of the Government and may or may not be the basis, whole or in part, for the development of the final building design. <<>> A more definitive scope of work may be obtained from Peter Menzies, Contracting Officer, at The O_Neill Federal Building, 10 Causeway Street, Room 975, Boston, MA, 02222, ((617) 565-5733)). A pre-submittal meeting will be held on January 26 1999, at 10 Causeway Street, Room 901, Boston, MA, at 10:00 A.M. Pre-registration for the pre-submittal meeting is required for all attendees. You may call Peter Menzies at (617) 565-5733 to pre-register. This procurement is open to both large and small business under the Small Business Competitiveness Demonstration Program. 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 national subcontracting goals of 40 percent for Small Businesses, 5 percent for Small Disadvantaged Businesses, and 5 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 member 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 the SF-255, the A-E firm MUST sign (name and title), and date the submittal. Submission shall be mailed to General Services Administration, Property Development Division, 10 Causeway Street, Room 901, Boston, MA 02222-1077 by DATE, 3/2/99, TIME 2:00 P.M., Local Time. The following information MUST be on the outside of the sealed envelope. 1) Solicitation No.: GS-01P-99-BWC-0016 Title: New Federal Courthouse, Springfield, MA. 2) Due Date:3/2/99. 3) Closing Time: 2:00 P.M. SUBMISSIONS DELIVERED TO THE ISSUING OFFICE WILL NOT BE ACCEPTED. Award of this contract is contingent upon funding approval, this is not a Request For Proposal. Services: Architect and Engineering Services -- Construction -- Potential Sources Sought ... END OF DOCUMENT ... Posted 12/17/98 (D-SN281233). (0351)

Loren Data Corp. http://www.ld.com (SYN# 0016 19981221\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page