Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1999 PSA#2340

GSA, 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