|
COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1999 PSA#2340GSA, Property Development Division, 450 Golden Gate Avenue, 3rd Floor
West, San Francisco, CA 94102 C -- ARCHITECT-ENGINEER SERVICES FOR RENOVATION OF THE EXISTING FOLEY
FEDERAL BUILDING AND UNITED STATES COURTHOUSE, LAS VEGAS, NEVADA SOL
GS-09P-99-KTC-0038 DUE 052799 POC Peggy De La Torre (415) 522-3157
ARCHITECT-ENGINEER SERVICES FOR RENOVATION OF THE EXISTING FOLEY
FEDERAL BUILDING AND UNITED STATES COURTHOUSE, LAS VEGAS, NEVADA,
PROJECT NV0013ZZ, SOLICITATION NUMBER GS-09P-99-KTC-0038.This is a
modification to the published solicitation on 4/26/99 and 4/29/99. This
project is strictly a Small Business Set-Aside. This advertisement is
a Request-for-Qualification (RFQ) inviting firms interested in this
project to submit their qualifications for the project described
below.The United States Government requires Architect-Engineer (A/E)
services for renovation of the existing Foley Federal Building & United
States Courthouse, located in Las Vegas, Nevada.The selected A/E, upon
availability of funds and receipt of a Notification-to-Proceed (NTP)
from the Government, will as a minimum: (a) interview tenants and space
plan the project; (b) design-engineer the project and produce drawings
and specifications for construction; (c) respond to inquiries and
requests-for-information, and clarify the design-engineered work for
those associated with the project, including construction contractors,
vendors, suppliers and consultants; (d) review and approve all
construction submittal documents; (e) design-engineer scope changes
needed for construction modifications during construction; (f ) visit
the construction site to make sure construction is in compliance with
the design; (g) review all contractor as-built data; (h) inspect and
punch-list building deficiencies at completion of construction; and (i)
generally, provide other design related support during construction,
some of which may be treated as modification work. The A/E will start
design-engineering services during the second quarter of fiscal year,
2000 (Q2/FY2000).Upon availability of funds, the Government is planning
to award the Construction work during Q1/FY2002 and, at the latest,
finish Construction in Q2/FY2004.Within the time frame indicated,
offerors are required to submit optimized schedule that includes all
elements of project work. GOVERNMENT PROJECT TEAM & POINT OF CONTACT.
The project team includes Joseph Shahpar, Project Manager (9PCS) and
Peggy De La Torre, Contracting Officer (9PCS), General Services
Administration, Public Buildings Service, Property Development Division
/ 3rd Floor West, 450 Golden Gate Avenue, San Francisco, California
94102-3434. For all solicitation inquiries, Ms. De La Torre, CO, (415)
522-3157, shall be contacted. For information only, the
order-of-magnitude estimated total construction cost (excluding
design-engineering and construction management) of this project will be
between $16,000,000 and $21,000,000. A/E SELECTION.The intent of this
solicitation is to select a reputable firm to initially provide the
proposed Design Services for the project, and afterwards as an option
to be exercised by the Government,provide Construction Support Services
during the construction phase. The construction phase also includes the
construction procurement period. The A/E selection will be completed in
three phases.During thefirst phase, all A/E firms submitting offers
(hereinafter referred to as offerors) will respond to this RFQ and
submit qualifications for designing this project. From the total number
of offerors, three firms will be short-listed by a Government panel for
further consideration, and these will be duly notified. During the
Second phase, the Government may request the short-listed offerors to
supplement their qualifications with backup data. The Government may
also choose to interview the three short-listed firms. When all
Government requirements are met, one firm will be selected to design
the project. The selected firm will be given the technical information
developed by other consultants for security and seismic aspects of the
project, and will be requested to submit a Project Technical and Price
Proposal (PT&PP). During the third phase, the selected A/E firm will
submit its PT&PP to the Government and will enter into negotiations
with the Government. Should negotiations prove absolutely unsuccessful,
the Government may cease negotiations and instead, enter into
discussions with one of the other short-listed A/E firms for designing
this project. SELECTION CRITERA. Selection will be based on the
offerors response to this RFQ. Each offeror will submit its
qualifications in the format prescribed in the Evaluation Criteria,
below. Each submittal as a minimum will include the offeror's: (a)
capabilities as a business firm; (b) capabilities as a design firm for
this project; (c) work experience and professional achievements of the
firm; (d) proposed labor resources available to the firm to handle this
project; (e) assurance that the proposed design team is sufficiently
experienced in designing federal buildings and courthouses, and that
the team is familiar with the technology and security aspects of
federal buildings and courthouses; and (f) assurance that it
understands the challenge of space programming and design issues,
creating a finished building that relates to the fabric and aesthetics
of the existing building architecture and the surrounding downtown
buildings. Consideration for the selection of the A/E firm is not
restricted to any geographic area. However, if an A/E firm from outside
of the State of Nevada is to be considered, the firm must establish a
local office in Las Vegas for the duration of this project with the key
A/E personnel residing in the greater Las Vegas area. This approach is
to avoid loading the budget with travel and long commuting expenses
generated by the A/E project team. EVALUATION CRITERIA. The offerors
will submit their qualifications to the Government.Each offeror's
submittal will include the following components: (1) Organizational
Profile. In approximately three typewritten pages, describe the
background, reputation, resources, organization, and the corporate
design philosophy of the offeror's firm; (2) Past Performance. Provide
typewritten description of three comparable, not necessarily
identical, projects completed by the offeror within the last ten years,
also submit four sets of full-page pictures or graphics depicting each
project; (3) Design Excellence. Provide any affidavits,
certifications, notices and awards earned by the offeror for superior
quality of work performed on projects in the past ten years; (4)
Standard Forms 254 and 255. Submit SF254 and SF255 Standard forms to
describe the offeror as a firm, the offeror's capabilities and
accomplishments, all members of the proposed project design team
including consultants, and all other pertinent information required by
the forms; (5) Management Plan. Submit a three-page management plan
describing the offeror's proposed space planning and design approach
for this project; (6) Organization Chart. Submit an organization chart
indicating positions, functions and processes of the offeror's
proposed design team including consultants; (7) Biographical Data.
Submit biographical sketches for every team member including education,
experience, professional status, work quality recognition, etc.
SOLICITATION SCHEDULE. In response to this RFQ, the offerors will
comply with items (1)through (7), above, and submit their
qualifications by May 27, 1999. The Government will then short-list and
notify three A/E firms and interview the three firms. Of the three
firms, one firm will be selected, notified, and requested to submit a
Technical & Price Proposal for this work. When the proposal is
received, negotiations will pursue and upon satisfactory negotiations
and availability of funds,the design contract will tentatively be
awarded prior to December 31, 1999. The A/E will tentatively start work
in January, 2000, upon receipt of a Notice-to-Proceed (NTP).
REGULATIONS. This procurement is made under Public Law 92-582 as
amended under 40USC541-544,Brooks Bill). This procurement is a strictly
small business set aside project (sic code 8711). Small and
disadvantaged A/E firms are encouraged to participate as contractors on
this project. The A/E firms or joint ventures having qualifications to
meet these requirements are invited to submit completed resumes along
a letter of interest (identifying this announcement by Solicitation
number) not later than close of business on May 27, 1999. Award of this
contract is contingent upon funding approval. This is not a request for
fee proposal. The Government reserves the right to refrain from any
selection and contract award, should the received offers deem to be
non-complying, non-competitive, and unsatisfactory for the project
purpose intended. In this case, the procurement cycle will be repeated.
WORK SUMMARY. This project is primarily comprised of interior
renovation, conversion and upgrading work in existing spaces, with
emphasis on making the building aesthetically and ergonomically
habitable and pleasing for its tenants. Superb space planning and
finishing are important objectives. The building spaces will be
finished to comply with the latest requirements of the Initial Space
Allocation (ISA)guidelines issued by GSA. In addition, the tenants may
request upgrading, which will be added to the scope of project design.
The drawings and specifications for this project will be quantified in
"soft" metric units, with equivalent British units in brackets
following the metric designations. The project design will fully comply
with the latest requirements of the American with Disabilities Act
(ADA) and the Uniform Federal Accessibility Standards (UFAS). The
design AE is required to avoid design incongruity resulting from lack
of coordination among the specialty design consultants. Lack of design
coordination resulting in deficiencies will not be accepted. At any
time during the renovation work, approximately between one-fifth to
one-fourth of the building will be occupied by tenants. However, these
tenants will be rotated as needed to provide suitable access for the
construction crew. The rotations will not interfere with the daily
operation of these tenants. The Foley FB-CT is constructed of
reinforced concrete and a waffle-slab floor system and includes a metal
and glass paneled curtain wall system. The existing building was
constructed during 1964 and 1965; is four stories high with a rooftop
mechanical penthouse for a total building height of 70 feet above
grade; and has a full basement. The original drawings show a partial
basement with a partially excavated crawl space. The offerors are
advised to physically verify the existing configurations and dimensions
through site visit. The building is rectangular in shape and measures
approximately 43.5 meters (143 feet) by approximately 92 meters (302
feet). The building area is approximately 18,203 gross square meters
(195,932 gross square feet), which equates to approximately 13,354 net
square meters (143,737 net square feet). There is surface parking on
the south and west sides of the Foley FB-CT site to accommodate 160
vehicles. The Foley FB-CT currently houses the U.S. District and
Magistrate courts, chambers, offices and court related agencies.
Construction is underway on a new U.S. courthouse across the street
from the Foley FB-CT for the U.S. District and Magistrate court
functions. Once the new courthouse is complete and the tenants in the
Foley FB-CT are relocated to the new courthouse, the Foley FB-CT will
be converted into a bankruptcy courthouse, with room for additional
court related and non-court related federal executive agencies. The
existing courtrooms will be reduced. Some courtrooms will be converted
to offices and the remaining will be converted to Bankruptcy
courtrooms. The electrical and mechanical systems will be selectively
upgraded. According to an existing independent study, the building is
seismically fit and does not need any seismic retrofit work. However,
the building will be structurally enhanced to resist unforeseen
breaches in security. All detected asbestos and other hazardous
material will be abated. The exterior of the building will be
cleaned,repaired and renovated as needed to make the building
presentable. An existing feasibility study provides guidelines for
upgrading of the building security system to the minimum levelrequired
by the GSA Security Design Criteria, 1997 edition. The scope of A/E
Services under this proposed design services contract may include, but
may not be limited to, programming, site investigation, space
planning, complete design services with computer aided design and
drafting (CADD), working drawings, specifications (GSA versions of AIA
MASTERSPEC or CSI format), cost estimating (UNIFORMAT Level III/CSI
Format), exterior and landscape design, interior design, value
engineering services, construction design analysis support, and other
required supplemental services. Posted 05/04/99 (W-SN327708). (0124) Loren Data Corp. http://www.ld.com (SYN# 0025 19990506\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|