COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,2000 PSA#2666 GSA, DC South Service Delivery Team (WPK), 7th & D Streets SW, Room
2670, Washington, DC 20407 C -- ARCHITECT-ENGINEER (A-E) SERVICES FOR THE MODERNIZATION OF THE
MARY E. SWITZER BUILDING SOL GS11P00MQC0041 DUE 091800 POC Michael
Vrobel, Contracting Officer, Collette Scott, Contract Specialist (202)
708-6061 or 7853 WEB: Modernization for the Mary E. Switzer Building
in Washington,, http://www.gsa.gov/regions/r11/wpk/wpk.htm. E-MAIL:
Modernization for the Mary E. Switzer Building in,
collette.scott@gsa.gov. The General Services Administration (GSA)
announces an opportunity for Design Excellence in Public Architecture
(Stage II). Architect-Engineer (A-E) services are required for the
Modernization of the Mary E. Switzer Building in Washington, D.C. for
the GSA National Capital Region (NCR): Solicitation No. GS1100MQC0041.
The following A-E firms have been selected (Short-listed) for Stage II
consideration: 1. Burt Hill Kosar Rittelmann Associates, 1056 Thomas
Jefferson Street, NW, Washington, DC 20007-3813, Harry T. Gordon; 2.
RTKL Associates, Inc. One South Street Baltimore, Maryland 21202 Rose
M. Dela Vega; 3. Swanke Hayden Connell Architects 1030 15th Street, NW,
Suite 1000 Washington, DC 20005 Joseph M. Spina; 4. Beyer Blinder Belle
1005 North Glebe Road, Suite 600 Arlington, Virginia 22201 John Belle;
5. HNTB Corporation, 99 Canal Center Plaza, Alexandria, VA 22314-1538,
Kevin McDonald. STAGE II: In this stage, the entire project TEAM,
including the A-E Design Firms Selected above in the first stage,their
designated Lead Designers, and ALL the Consultants who will work on
the project will be evaluated. The A-E Design firms will re-submit
Standard Forms 254 and 255's which reflect their entire project. Team.
The government has determined the following Design Service Disciplines
to be included: Architectural, Mechanical, Electrical, Interior Design,
Space Planning, Fire Protection and Life Safety, Structural, Security,
Lighting, Acoustics, Cost Estimating, and Construction Phase A-E
Inspection Services. The Stage II Evaluation Criteria for final
selection are as follows: I. SPECIALIZED EXPERIENCE AND TECHNICAL
COMPETENCE (35%) A. Demonstrate experience and competence in designing
large office building renovations that are similar to the Mary E.
Switzer Building Modernization, particularly in the areas of HVAC,
electrical, fire safety, plumbing, historic and space planning and
programming. B. Demonstrate experience in designing projects that have
multiple phases of construction work in occupied, multi-tenant
buildings, and the ability to coordinate and integrate Tenant Agencies'
needs into the project design, including the use of internal swing
space. C. Demonstrate experience, understanding and capabilities to
implement a mechanical and electrical systems modernization, that
builds in design flexibility, that is economically feasible, to
accommodate future changes and conversions between closed office space
and an open office plan, or a mixture of the two. D. Demonstrate
experience and capabilities to design using the best technology in all
areas of work such as documentation management, use of metric units,
energy management, and management of hazardous materials in occupied
spaces. E. Demonstrate experience and capability of working with the
owner and tenants, to design within the available budgets, and ability
to guide, track and advise tenants in the use of a strict tenant
improvement allowance. II. PAST PERFORMANCE (30%) A. Demonstrate based
on two project examples within the last ten years, that the TEAM is
responsive to the client requirements and meet and comply with approved
design schedules. B. Demonstrate using the two project examples
submitted, that effective cost controls are used in the design process,
and that an in-place Quality Control Program exists, and is complied
with by the FIRM and the TEAM. The A-E Firms shall submit two (2)
project examples, at the interview, for making the above evaluations.
The submissions shall be in a summary format and the projects shall be
similar or relevant to the type of work for the intended Mary Switzer
building renovation. The name, address and phone number of client
contacts for the submitted projects shall be provided. The A/E's two
example project submissions and presentations should be efficiently and
pointedly presented with printed narrative and photographs. III.
PROFESSIONAL QUALIFICATIONS (20%) A. Demonstrate that the proposed TEAM
has the relevant key individual professional qualifications and
experience necessary for this project. B: Show that theTEAM has the
required leadership and experience to be responsive to the requirements
of this contract, especially concerning the overall Design Project
Manager. IV. CAPABILITIES OF FIRM (15%) A. Show the Location of the
TEAM's design and production office(s) proposed for this project,
sufficiency of staff and technical resources available, and are not
committed to other contracts, to undertake this project. B. Demonstrate
that the FIRM has the required organization and leadership to be timely
and responsive to project requirements and possesses the ability to
coordinate the TEAM work among different design and production offices.
C. Does the FIRM demonstrate a pro-active effort to achieve the stated
subcontracting goals with respect to the level of small, small
disadvantaged, and small women-owned business concern participation in
the performance of the contract? The above short listed A-E Firms are
required to submit for STAGE II, completed SF 254's (for the ALL Team
firms), which must be dated not more than twelve (12) months before
the date of this synopsis, and a SF 255 (for the entire A-E Design
FIRM/TEAM) along with letter of intent TO: General Services
Administration, Collette Scott, DC South Service Delivery Team (WPK),
Room 2670, 7th & D Streets SW, Washington, DC 20407, by 3:30 p.m. local
time on the DUE date of this notice. In Block 10 of the SF255, the "A-E
Design Firm" MUST respond to the FOUR (I, II, III, IV) STAGE II
EVALUATION CRITERIA stated above in the CBD announcement for this
Solicitation. In Block11 of the SF255, the "A-E Design Firm" MUST sign,
name, title and date the submittal. The procurement is being made under
the Small Business Competitiveness Demonstration Program (FAR 19.10).
This procurement is open to small and large business concerns. Before
award of the contract, the A-E (if not a small business of $4,000,000
gross over 3 years) shall be required to present an acceptable Small
Business and Small Disadvantaged Business Subcontracting Plan in
accordance with Public Law 95-507. Small, small disadvantaged and
women-owned firms are strongly encouraged to participate as prime
contractors or as members of joint ventures with others small
businesses. All interested large business firms are reminded that the
successful firm will be expected to place subcontractors to the maximum
practical extent with small and disadvantaged firms as part of their
ORIGINAL SUBMITTED TEAMS. As part of its commitment to socioeconomic
initiatives of the Federal Government, the General Services
Administration, Public Buildings Service has established for fiscal
year 2000 subcontracting goals of 27.46% for small businesses, 15.88%
for small disadvantaged businesses and 3.03% for women-owned small
businesses firms. Award of this contract is contingent upon funding
approval. Contract procured under the Brooks Act and FAR 36. This is
not a Request for Proposal. Posted 08/15/00 (W-SN486243). (0228) Loren Data Corp. http://www.ld.com (SYN# 0028 20000817\C-0002.SOL)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on August 15, 2000 by Loren Data Corp. --
info@ld.com
|
|
|