COMMERCE BUSINESS DAILY ISSUE OF MAY 7, 2001 PSA #2845
SOLICITATIONS
C -- A/E SERVICES MODERNIZATION OF EXISTING U.S. COURTHOUSE, 225 CADMAN PLAZA, BROOKLYN, NEW YORK
- Notice Date
- May 3, 2001
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Development Division (2PCB), 26 Federal Plaza, Room 1639, New York, NY, 10278
- ZIP Code
- 10278
- Solicitation Number
- GS-02P-01-DTC-0027N
- Response Due
- June 19, 2001
- Point of Contact
- Miriam Lopez-Rivera, Contracting Officer, Phone (212) 264-9491, Fax (212) 264-0588, Email miriam.lopez-rivera@gsa.gov -- Miriam Lopez-Rivera, Contracting Officer, Phone (212) 264-9491, Fax (212) 264-0588, Email
- E-Mail Address
- Miriam Lopez-Rivera (miriam.lopez-rivera@gsa.gov)
- Description
- The General Services Administration (GSA) Northeast & Caribbean Region (NYC Office) announces an opportunity for Design Excellence in Public Architecture for performance of Architect-Engineering (A/E) services for the Modernization of the existing Emanuel Celler U.S. Courthouse, 225 Cadman Plaza, Brooklyn, New York. Solicitation No. GS-02P-01-DTC-0027. The building is a seven-story structure with a gross area of 26,400 square meters (284,000 square feet) and houses district courtrooms, magistrate hearing rooms, court support facilities and other tenants. Currently a new U.S. Courthouse is under construction at this location and will be permanently linked to the existing courthouse. The construction work will be accomplished while the building is occupied; all building systems must remain in operation and phased to avoid any disturbances to the U.S. Courts. The Estimated Construction Cost range for the renovation is $ 45 to 49 million. The design will include, but not be limited to the following: structural/seismic upgrade, replacement of windows, interior construction, plumbing, HVAC, elevators, fire protection, electrical systems-lighting and power, Environmental (Asbestos, Lead and PCB Abatement). The scope of A/E services under this Fixed Firm Price Contract may include Field Inspections; Surveys; Studies coordinating with regulatory agencies; Energy Conservation Analysis; Examinations; Sampling and Testing; Architectural and Engineering Design; Preparation of Specifications (AIA Masterspec/CSI format), and CADD drawings for Construction Documents; Value Engineering; Cost Estimating (Uniformat Level III/CSI format) for phased contract documents; Space Planning; Interior Design; Tenant Build-out; Post Construction Contract Services (PCCS)(Option); Construction Inspection Services (CIS) (Option) Record Drawings (Option); and other related services. The facilities will be designed and constructed in "hard" metric (System International) units. The A/E selection will be completed in two stages as follows: Stage I: The first stage will establish the Architectural, Structural and Mechanical/Electrical Engineering Design capabilities of the A/E design firm. The Mechanical/Electrical requirements are a large portion of the total scope of this project. It is essential that the A/E Design firm include the primary team of Architects, Mechanical/Electrical and Registered Fire Protection Engineers that will have the primary responsibility to conceive the design concepts and methods of accomplishing them in the first stage. A short list minimum of three (3) A/E design firms will be selected for the project. The short list will be based on the A/E design firms' submittals in response to this Request for Qualifications (RFQ). The A/E design firm will provide specific evidence of its capabilities to deliver Design Excellence and will express its design approach and philosophy for this building. If the A/E design firm is a partnership, corporation, association, or other legal entity, the proposed working and legal relationships between its components is to be briefly described. The A/E design firm will also identify its lead designer for the project. Interested firms shall submit a letter of intent and Standard Forms 254 and 255 for the A/E Design Firm only. Project qualifications submitted by each firm will be reviewed and evaluated based on the following EVALUATION CRITERIA: 1. Past Performance of Design (35%) -- For the A/E design firm, submit 8"x10" graphics (maximum of three per project) and a typewritten description (maximum of one page per project) of not more than seven designs completed within the past 10 years. Three (3) projects shall demonstrate mechanical engineering accomplishments. Two (2) projects shall demonstrate electrical and two projects shall demonstrate structural engineering accomplishments. Projects with multiple accomplishments are acceptable. The narrative shall address the design approach and salient features for each project (include tangible evidence where possible i.e. certificates, awards, peer recognition, etc. demonstrating design excellence.) and discuss how the clients' design, economic, and operational objectives were satisfied by the design. 2. Philosophy and Design Intent (25%) -- In the lead designer's words, (maximum of two typewritten pages for each architectural, structural, electrical and mechanical engineering disciplines), state his or her overall design philosophy, approach to the challenge of resolving design issues, and parameters that apply specifically to the modernization of Courthouse buildings with the focus on the unique aspects of installing state of the art and flexible utility systems and integrating existing and new courthouses.. 3. Lead Designers (Architectural/Structural, Electrical and Mechanical Engineering) Profiles (15%) -- Submit a biographical sketch including education, professional experience, and recognition for design efforts inclusive of examples. Identify and describe areas of responsibility and commitment to this project. 4. Lead Designers (Architectural/Structural, Electrical and Mechanical Engineering) Portfolios (25%) -- Submit a typewritten description (maximum of one page per project) of not more than three (3) designs completed in the last 10 years attributed to each lead designer. Narratives shall include a discussion of design challenges, resolutions, and 8"x10" graphics (maximum of three per project). Stage II: In this stage, the entire project TEAM, including the "A/E Design Firms" selected in the first stage, its designated lead designers, and ALL the consultants who will work on the project will be evaluated. The "A/E Design Firms" will submit Standard Forms 254 and 255's which reflect the entire project TEAM. The Government will establish the criteria and the date these submittals are due and provide the selection criteria for the interviews and final selection process, with the Stage 1 short list announcement published in the CBD. Sufficient time will be provided for the "A/E Design Firm" to establish the project team. It is encouraged that the project team includes small, disadvantaged, and minority-owned businesses. An interview with each project team will be included in this stage. Consideration for this project is defined as follows: " In developing the project team, those offerors selected for interview are advised that at least 35% of the level of contract effort must be performed within a seventy-five (75) mile radial distance from Columbus Circle, New York, NY. Any such office must have been in operation as of the date of this announcement." The government will not allow payment for travel, living expenses, computer time or hookups for the prime of the consultants. If the "A/E Design Firm" is a partnership, corporation, association, or other legal entity, one of the associated firms must satisfy this requirement. If the "A/E Design Firm" is comprised of a partnership, corporation, association, or other legal entity permitted by the law to practice architecture or engineering, a complete description of the proposed internal responsibilities of the components must be included in the Stage I and II submittal. This entity must be in place at the time of contract award. FOR STAGE I SUBMITTALS: Firms having the capacities to perform the services described in this announcement are invited to respond by submitting completed SF-254's (for the "A/E Design Team") along with a letter of interest to: General Services Administration, 26 Federal Plaza, BID ROOM 18-130, New York, NY 10278 by 4:30 p.m. local time on June 19, 2001. The following information MUST be on the outside of the sealed envelope: 1) Solicitation Number. GS-02P-01-DTC-0027(N) 2) Due Date: June 19, 2001 3) Closing Time. 4:30 p.m. Late responses are subject to FAR Provision 52.214-7. In block 8 of the SF254, specify only current W-2 payroll (non-contract) personnel of each firm. In block 10 of the SF255, the "A/E Design Firm" MUST respond to the FOUR (4) EVALUATION CRITERIA stated in the CBD announcement for this STAGE I Solicitation. In Block 11 of the SF255, the "A/E Design Team" MUST sign, name, title and date the submittal. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 52.219.19). 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. As part of it's commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established subcontracting goals of 42 percent of Small Businesses, 7.5 percent Small Disadvantaged, 5 percent Women-Owned Small Businesses, 2 percent for HUBZone Businesses and 3 percent for Service-Disabled Veteran Owned Businesses. 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 subcontracts to the maximum practical extent with small and disadvantaged firms as part of their ORIGINAL SUBMITTED TEAMS. Award of this contract is contingent upon funding approval. Contract procured under the Brooks Act and FAR 36. This is not a Request for
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=R&P=GS-02P-01-DTC-0027N&L=54)
- Record
- Loren Data Corp. 20010507/CSOL007.HTM (D-123 SN50L1G4)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on May 3, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|