|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1999 PSA#2369GSA, Property Development Division, 450 Golden Gate Avenue, 3rd Floor
West, San Francisco, CA 94102 C -- ARCHITECT-ENGINEERING SERVICES FOR REPAIR AND ALTERATION OF THE
JOHN E. MOSS FEDERAL BUILDING, SACRAMENTO, CA SOL GS-09P-99-KTC-0046
DUE 072099 POC Beverly Chin, Contracting Officer, (415) 522-3141
ARCHITECT-ENGINEER SERVICES. Solicitation GS-09P-99-KTC-0046 for Repair
and Alteration of Four (4) floors of the John E. Moss Federal Building
at 650 Capitol Mall, Sacramento, California. Point of contact: Beverly
Chin, Contracting Officer, telephone (415) 522-3141, facsimile (415)
522-3112. The General Services Administration (GSA) announces an
opportunity for design excellence in Architecture, Mechanical, and
Electrical Engineering. Architect-Engineering (A-E) services are
required for the Initial Space Alterations of 86,400 gross square feet
(72,000 occupiable square feet) to house the Internal Revenue Service
on the recently vacated areas of the first, third, fourth, and fifth
floors of the John E. Moss Federal Building at 650 Capitol Mall,
Sacramento, California. This 8-story reinforced concrete framed
building with aluminum and glass curtainwall was built in 1961. The
design will require maintaining the operation of all existing systems
in the other occupied portions of the building during construction.
Project consists of complete design services for the preparation of
contract drawings and specifications for the proposed alteration and
improvements work for the new built-out. The project includes initial
space alterations, building systems upgrade including mechanical and
electrical, demolition of existing construction, elevator upgrade,
fire/life safety upgrades, hazardous materials abatement, and
accessibility upgrades to meet the Americans with Disabilities Act
(ADA). The estimated total construction cost is between $5,000,000 and
$10,000,000 with construction duration of fifteen (15) months. The
scope of the A-E Services under this proposed Firm-Fixed Price contract
include: Predesign Services including special studies and surveys,
Design Development, preparation of Working Drawings to be completed in
AUTOCAD, Specifications, Estimating Services, Post Construction
Contract Award Services, and other supplemental services as appropriate
to the project needs. The Selection is comprised of two stages as
follows: Stage I will establish the Architectural, Mechanical, and
Electrical Design capabilities of the A-E Design Firm. The A-E Design
firm shall identify its lead designers who will have primary
responsibility for the Architectural, Mechanical, and Electrical
designs. Following the Stage I submittal, a short list of the A-E
Design Firms will be selected and asked to submit the qualifications of
the complete A-E team for Stage II. Stage II will require the submittal
of the full A-E team qualifications including SF254 and SF255 for
evaluation and an interview. STAGE I: In this stage, a minimum of three
(3) A-E firms will be selected based on the responses to this Request
For Qualifications (RFQ). The A-E design firms will provide specific
evidence of its capabilities to deliver Design Excellence in
Architecture and Engineering and will express its design approach and
philosophy. Interested firms shall submit a letter of intent, modified
forms 254 and 255 and supplementary material for the A-E design firm
only. Project qualifications submitted in Stage I will be reviewed and
evaluated based on the following evaluation criteria: (1) PAST
PERFORMANCE ON DESIGN (40%) The A-E Design Firm shall submit 8"X10"
graphics (maximum of three per project) and a typewritten description
(maximum of one page per project) of projects within the past 10 years.
Three (3) projects shall demonstrate architectural accomplishments. Two
(2) projects shall demonstrate electrical and two (2) projects shall
demonstrate mechanical engineering accomplishments. The narrative shall
address the design approach and key features for each project. Include
tangible evidence where possible i.e. publications, awards, peer
recognition, etc. demonstrating design excellence and discuss how the
client's operational, budgetary, and quality objectives were
accomplished within each project. (2) PHILOSOPHY AND DESIGN INTENT
(25%) Written statement (maximum of two typewritten pages for each
discipline) by the Lead Designers stating their overall design
philosophy, and parameters that may apply specifically to upgrading
existing buildings with the focus on the unique aspects of installing
state of the art and flexible utility systems. (3) LEAD DESIGNERS
(ARCHITECTURAL, MECHANICAL AND ELECTRICAL ENGINEERING) PORTFOLIOS (20%)
Submit typewritten description (maximum one page per project) of two
(2) designs completed within the past 10 years attributed to each
designer. Narratives shall include a discussion of design challenges,
resolutions and 8"X10" graphics (maximum of three per project). (4)
LEAD DESIGNERS (ARCHITECTURAL, MECHANICAL AND ELECTRICAL ENGINEERING)
PROFILES (15%). Submit a biographical sketch including education,
professional experience, and recognition for design efforts for similar
projects. Identify and describe areas of responsibility. STAGE II: In
this stage, the entire project TEAM, including consultants, of the A-E
Design Firms selected in Stage I will be evaluated. The short-listed
A-E design firms will resubmit Standard Form 254 and 255's which
reflect the entire project TEAM. Information shall be provided to
describe the team's capabilities and accomplishments with an emphasis
on the projects that the team has collaborated on previously.
CONSIDERATION FOR SELECTION will be based on the following criteria:
(1) PROPOSED PROJECT TEAM: Key personnel background and qualifications
including previous relevant experience. (2) PROJECT MANAGEMENT:
Proposed project planning, scheduling, team coordination, cost control
methods, quality control methods, and production facilities. (3)
DESIGN ABILITY: Visual and narrative evidence of the proposed team's
design ability with respect to renovation and modernization of building
systems. (4) EXPERIENCE: Experience on projects with similar size and
scope. Experience with GSA and/or other Government design contracts,
including experience with Federal Government regulations and
specifications, evidence of effectiveness and ability to coordinate
with Federal authorities. The Government will establish the date these
submittals are due and provide the selection criteria for the
interviews and final selection process with the Stage I short list
announcement to be published in the CBD. Consideration is limited to
firms having an active design production office in Northern California
which is defined as counties north of Santa Barbara, Kern, and San
Bernardino counties (Geographical Limit). A joint venture and/or a
firm/consultant arrangement will be considered and evaluated on a
demonstrated interdependency of members to provide a quality effort.
The Key Firm of any proposed joint venture and/or firm/consultant
arrangement must have an existing active office within the designated
Geographical limit and must demonstrate the capability to perform all
contract services. This procurement is being made under the Small
Business Competitiveness Demonstration Program and is open to both
large and small business concerns. Before award of the contract, the
A/E will be required to present an acceptable Subcontracting Plan in
accordance with Public Law 95-507 (unless the awardee is a small
business). Small Businesses and Small Disadvantaged Businesses are
encouraged to participate as prime contractors or as members of joint
ventures with other small businesses. As part of its commitment to
socioeconomic initiative of the Federal Government, the General
Services Administration has established for fiscal year 1999
subcontracting goals of 36% for small business, 6% for small
disadvantaged business, and 3% for women-owned business. Firms seeking
consideration for this contract shall demonstrate a proactive effort
to achieve or exceed the above goals. Interested firms having
qualifications to meet these requirements are invited to submit three
(3) copies of the requested qualifications as addressed in Stage I of
this announcement along with a letter of interest not later than 3:00
p.m. (PST), July 20,1999 to Attention: Beverly Chin, General Services
Administration, Property Development Division (9PCN), 450 Golden Gate
Avenue, 3rd Fl. West, San Francisco, CA 94102. A follow-up listing of
firms selected for interviews will be placed in this publication. Award
of this contract is contingent upon funding approval. This is not a
Request for Proposal (RFP). Any inquiries or submittals should
reference solicitation GS-09P-99-KTC-0046 on it. Posted 06/15/99
(W-SN343258). (0166) Loren Data Corp. http://www.ld.com (SYN# 0019 19990617\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|