Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 8, 2001 PSA #2846
SOLICITATIONS

C -- BUILDING SYSTEMS MODERNIZATION

Notice Date
May 4, 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-0028N
Response Due
June 21, 2001
Point of Contact
Hester Harper, Contracting Officer, Phone (212) 264-2551, Fax (212) 264-0588, Email hester.harper@gsa.gov -- Hester Harper, Contracting Officer, Phone (212) 264-2551, Fax (212) 264-0588, Email hester.harper@gsa.gov
E-Mail Address
Hester Harper (hester.harper@gsa.gov)
Description
U.S. Customhouse 6 World Trade Center, New York, NY Building Systems Modernization CBD Announcement: Technical Portion Architect-Engineer The General Services Administration (GSA) announces an opportunity for Design Excellence in Design for the modernization of the mechanical and electrical building systems of the U.S. Customhouse, 6 World Trade Center, New York, NY, in accordance with General Services Administration (GSA) quality standards and requirements. The building is approximately 67,105 m2. The existing facility consists of a seven story office building above the "grade" or the plaza level, and two levels below "grade" which include 138 parking spaces. The design project shall require maintaining the operation of all existing systems in the occupied office building during construction. GSA Northeast and Caribbean Region 2, Solicitation No.GS-02P-01-DTC-0028(N). The Estimated Construction Cost range is $10,000,000 to $11,000,0000. The facility will be designed in metric system international units. The scope of work will include, but not be limited to: construction drawings, specifications, cost estimates, value engineering services, sustainability design, computer-aided design and drafting (CADD) for HVAC and electrical system modernization, toilet room remodeling including handicapped accessibility, parapet bracing, and seismic work on equipment. Optional work which may be required: (1) post construction contract services (PCCS); (2) construction site visits (CIS); (3) as-built documents. This is a Request for Qualifications (RFQ) of A/E Firms/Lead Designers interested in contracting for this work. The A/E Firm as used in this RFQ is an association, joint venture partnership or other entity that will have contractual responsibility for the project design. The Lead Designer is the individual that will have primary responsibility to conceive the design concept and the engineering of the modernization of the building systems. The A/E Firm must address the contractual relationship with the Lead Designer and its ability to manage the design and production of construction. In developing the project team, the A/E Firms 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. The government will not allow payment for travel, living expense, computer time or hookups for the prime or the consultants. The A/E selection will be completed in two stages as follows: In STAGE I, interested firms will submit portfolios of accomplishment that establish the design capabilities of the A/E Firm and its Lead Designer(s) in Mechanical and Electrical Engineering. All documentation will be in an 8 1/2" x 11" format. The portfolio should include the following: a cover letter referencing the CBD announcement and briefly describing the firm and its location, organizational makeup, and noteworthy accomplishments; and modified Standard Form 254 (Architect Engineer and Related Services Questionnaire) and Standard Form 255 (Architect-Engineer and Related Services Questionnaire for Specific Project). Identification of major consultant firms is required at this stage. An A/E Evaluation Panel will evaluate the submission. Submission requirements and evaluation criteria are: (1) Past Performance on Design (35%): The A/E Firm will submit graphics (maximum of three pages per project) of not more than five modernization projects completed in the last ten years. The narrative (maximum of two pages per project) will address the design approach with salient features for each project and discuss how the client's program, functional, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Provide a client reference contact for each project, including name, title, address, phone, and fax numbers. A portion of one page presented for each project must include a representative floor plan and either a site plan or a building section. (2) Philosophy and Design Intent (25%): In the Lead Engineering Designer's words, (maximum of two typewritten pages) state his/her overall design philosophy and approach to the challenge of public engineering and architecture, issues, and parameters that may apply in creating a state-of-the-art modernization of the building systems specifically addressing this site and project. (3) Lead Engineering Designer Profile (15%): Submit a biographical sketch (maximum of three pages) including education, professional experience, recognition for design efforts inclusive of examples. Identify and describe areas of responsibility and commitment to each project. (4) Lead Engineering Designer Portfolio (25%): Submit a portfolio representative of the Lead Designer's ability to provide design excellence. Submit graphics (maximum of three pages per project) and a written description (maximum of two pages per project) of up to three modernization projects completed in the last ten years. The narrative will address the design philosophy with salient features for each project and discuss how the client's program, functional, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Where there is duplication with criteria (1), the Lead Designer will address his/her participation in the project. A GSA A/E Evaluation Board will evaluate the submissions. The Board will establish a short-list of three to six firms. For STAGE II, the short-listed firms will be notified and asked to submit more detailed information indicating each member of the design team, including all outside consultants. The firms will be required to complete Standard Forms 254 and 255 that reflect the entire design team. The Government will establish the detailed evaluation criteria and the date these submittals are due and provide the selection criteria for the interviews along with the STAGE I short-list announcement. Sufficient time will be provided for the A/E Design Firm/Lead Designer to establish its team. The panel will interview each team. Candidates should be prepared to discuss all aspects of the criteria indicated above and to demonstrate their ability to fulfill all project requirements. Emphasis will be placed on the unique aspects of the project, design philosophy, possible approaches in carrying out the project, and project management. The STAGE II evaluations will include an interview with the A/E Evaluation Board. This procurement is being made under the Small Business Competitiveness Demonstration Program (F.A.R. 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 $4,000,000.00 gross average sales receipts for the past three years), shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its' commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established subcontracting goals of 42 percent for Small Businesses, 7.5 percent for Small Disadvantaged Businesses, 5 percent for Women-Owned Small Businesses, 2 percent for HUBZone Businesses, and 3 percent for Veteran-Owned Small Businesses. In support of the agency's effort, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above goals. The use of subcontractor consultants will be reflected in a Small Business Subcontracting Plan to be submitted with the Stage II submittal and included in the contract. 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 Small Disadvantaged, Women Owned Small Business, HUBZone and Veteran-Owned Small Businesses firms as part of their ORIGINAL SUBMITTED TEAMS. FOR STAGE I SUBMITTALS: Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting modified SF-254 (for the "A/E Design Firm"), which must be dated within twelve (12) months of the date of this synopsis, and modified SF-255 (for the "A/E Design Firm") along with letter of interest TO: General Services Administration, 26 Federal Plaza, New York, NY by 4:30 PM local time on the DUE date of this notice. The following information MUST be on the outside of the sealed envelope 1) Solicitation Number:GS-02P-01-DTC-0028(N)/Title, 2) Due Date: June 21,2001 3) Closing Time: 4:30 p.m. Late responses are subject to F.A.R. Provision 52.214-7. In Block 8 of the SF-254 specify only current W-2 payroll (non-contract) personnel of each firm. In Block 10 of the SF-255, 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 SF-255, the A/E Design Firm MUST sign, name, title and date the submittal. A Pre-submittal Conference will beheld on May 30, 2001 at 10:00 a.m. at 26 Federal Plaza, 6th floor Conference Center -- B, New York, NY. Interested parties must contact Mrs. Hester Harper by e-mail (hester.harper@gsa.gov), Fax (212) 264-0588 or call me at (212) 264-2551 to confirm attendance. Award of this contract is PENDING AVAILABILITY OF FUNDS. Contract will be procured under the Brooks Act and F.A.R. 36. SUBMISSIONS DELIVERED TO THE ISSUING OFFICE WILL NOT BE ACCEPTED. This is not a Request for Proposal.
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-0028N&L=54)
Record
Loren Data Corp. 20010508/CSOL002.HTM (D-124 SN50L2S7)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on May 4, 2001 by Loren Data Corp. -- info@ld.com