Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 14,1999 PSA#2262

GSA 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