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