|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 14,1999 PSA#2262GSA Allegheny Contract SVCS Group (3PKC), The Wanamaker Building Rm
725, 100 Penn Square East, Philadelphia, PA 19107-3396 C -- ARCHITECT AND ENGINEERING SERVICES FOR THE DESIGN AND
CONSTRUCTION OF A NEW FEDERAL COURTHOUSE ANNEX IN WHEELING, WEST
VIRGINIA SOL GS-03P-99-CDC-0007 DUE 021899 POC Bob Waring, Contracting
Officer, (215) 656-6149 The General Services Administration announces
an opportunity for Design Excellence in Public Architecture. Complete
Architectural and Engineering (A/E) services are required for the
design and construction of a new Federal Courthouse Annex in Wheeling,
West Virginia to house the U.S. Courts and Court-related agencies. The
Government's program objectives in this project are: 1) Serve the
Government's needs for functional space in the most efficient and cost
effective manner; 2) Provide visual testimony to the dignity and
stability of the United States Government and the importance of the
federal judiciary's mission; 3) Be an asset to the community that
reinforces the urban planning objectives of the City of Wheeling; and
4) Respect the character of the Historic District, including the
existing Wheeling Courthouse, which is listed in the National Register
of Historic Places as part of the Downtown Wheeling Historic District.
The new facility will be approximately 10,800 square meters including
interior parking, and may house two courtrooms (one District and one
Bankruptcy) as well as other court and court-related functions. Project
phasing is a critical component of the design effort, as the building
must remain occupied and operational throughout construction. The
Estimated Construction Cost at Award (ECCA) for the new Annex is
between $20 and $35 million. A/E services may include, but will not be
limited to, review of existing documentation, review and incorporation
of issues outlined in the PDS and more recent feasibility study,
pre-design/programming, site investigations (including geo-technical
surveys and analyses, topographical and boundary surveys), complete
design services, computer-aided design and drafting (CADD), working
drawings, construction documents, specifications, estimates, and post
construction award services (submittal review, on-site inspections,
etc.). Hazardous materials may be encountered. The A/E shall be
required to identify and quantify the types and locations of hazardous
materials that will be abated during construction. A detailed scope of
work will be provided to the selected offeror. The estimated design
contract start date is May, 1999. GSA intends to have a construction
management firm available during the entire design and construction
process of this project. The project will be designed and constructed
in "hard" metric, System International (SI) units. GSA's CAD
Deliverables Policy will be incorporated as a requirement of the
awarded contract. This policy is available from the Contracting Officer
upon request. Alternatively, you may access the CAD Deliverables Policy
on the Internet at http://www.pbs3.gsa.gov. (Select "Vendor
Information" and choose the link to the CAD Policy.) Graphic
submissions which reflect spatial information must comply with this
policy. This will be a two-stage selection process, under GSA Design
Excellence procedures, that will establish the experience and design
ability of the prime A/E design firm and its lead architectural
designer in Stage I, and the entire project team's qualifications in
Stage II. In Stage I, associations, joint ventures, etc. are permitted
between the prime A/E design firm and the lead architectural designer.
The Stage I selection will result in a short list of a minimum of three
firms for interview and final selection in Stage II. This selection is
open to prime A/E design firms, as defined above, within the United
States. However, one of the Stage I evaluation criteria is whether the
prime A/E design firm, and the lead architectural designer if not
employed by the prime firm, have existing and active design production
offices within the designated geographical area consisting of the
states of West Virginia, Pennsylvania, Ohio, Virginia, Maryland and
Washington, D.C. When developing the project team required for Stage
II, at least 35% of the design effort must be performed within the
designated geographical area. The short listed prime A/E design firms
shall be required, in Stage II of the selection process, to demonstrate
how this will be accomplished. Offerors are encouraged to attend a
pre-submission conference to discuss project requirements and the
selection process. The conference will be held on January 28, 1999 at
1:00 PM at the Wheeling Federal Building and Courthouse, Room 220, 12th
and Chapline Streets, Wheeling, West Virginia, 26003. Offerors are
requested to notify Bob Waring, GSA Contracting Officer, (215)
656-6149, of the persons who will attend the conference. Minutes of the
meeting may be obtained by contacting Ms. Stacey Tankle, (215)
656-5993, five working days after the conference. STAGE I: The
evaluation criteria to be applied in Stage I of the selection process,
in descending order of importance, are as follows: 1) Past Performance
on Design -- The prime A/E design firm shall submit three projects,
completed within the past ten years, that demonstrate the firm's
experience with projects of similar size and scope. Two of the three
projects must be construction complete. Include a maximum of three
(3)8"x10" graphics and a one-page typewritten description for each
project. Fully describe each project, including size and scope, current
status, and client's name and phone number. The narrative shall address
the design approach and salient features, including historic
preservation, for each project. Discuss how the client's design,
economic and operational objectives were satisfied by the design. 2)
Lead Architectural Designers` Profile/Portfolio -- Submit a
biographical sketch for the lead architectural designer including
education, professional experience, and recognition for design efforts.
Submission shall be no more than two (2) typewritten pages. Also submit
a maximum of two (2) 8"x10" graphics and a two-page typewritten
description (per design) of three (3) designs, completed (must be at
least design complete) within the past 10 years, that are attributable
to the lead architectural designer. Identify and describe areas of
responsibility and commitment to each project. Narratives shall also
include a discussion of design challenges and resolutions. 3)
Philosophy and Design Intent -- The lead architectural designer shall
state a design intent for this project, including architectural design,
historic preservation, and court design, as well as the philosophy for
creating a building that relates to the fabric of the community.
Submit a description of this project's goals, challenges and
difficulties. Submission shall be no more than two (2) typewritten
pages. 4) Designated Geographical Area -- Scoring will be based on
whether the prime A/E design firm, and the lead architectural designer
if not employed by the prime firm, have existing and active design
production offices within the designated geographical area consisting
of the states of West Virginia, Pennsylvania, Ohio, Virginia, Maryland
and Washington, D.C. STAGE II: In this stage, the successful short
listed prime A/E design firms from Stage I shall develop the entire
project team, including the prime A/E design firm selected in Stage
I,its lead architectural designer, and all the consultants on the
project, and shall submit Standard Forms 254 and 255 based on that
team. Following Stage I, the Government will provide short listed firms
the Stage II selection criteria and the date Stage II submittals are
due. The Government will also provide these firms the PDS and more
recent feasibility study at this time. GSA will conduct interviews of
the short listed firms, including key consultants. Interviews may be
conducted at the prime A/E design firm's office or GSA's office in
Philadelphia. This procurement shall be unrestricted under full and
open competition (SIC 8712). Before award of the contract, the
successful offeror, if a large business, shall be required to submit an
acceptable small business subcontracting plan. GSA goals for the
involvement of small businesses, small disadvantaged businesses, and
small woman-owned businesses will be provided to the short listed
firms. Firms meeting the designated geographical limitations and having
the capabilities to perform the services described herein are invited
to respond by submitting five (5) copies of the requested information
for Stage I only, along with a letter of interest, to the following
address no later than February 18, 1999: GSA, Mid-Atlantic Region
Allegheny Realty Services District (3PK) The Wanamaker Building 100
Penn Square East Philadelphia, PA 19107-3396 Attention: Bob Waring This
is not a request for proposal. Any inquiries may be directed toward Bob
Waring, GSA Contracting Officer, (215) 656-6149. This announcement
represents the Government's official information on this project. Any
information taken from other publications is used at the sole risk of
the offeror. The procuring office cannot guarantee the accuracy of
information contained in other publications. Posted 01/12/99
(W-SN287198). (0012) Loren Data Corp. http://www.ld.com (SYN# 0015 19990114\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|