Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 10, 2001 PSA #2848
SOLICITATIONS

C -- FEDERAL BUILDING DEMOLITION AND RENOVATION, 811 GRAND, KANSAS CITY, MO

Notice Date
May 8, 2001
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division (6PCA), 1500 East Bannister Road, Kansas City, MO, 64131
ZIP Code
64131
Solicitation Number
GS06P01GZC0502
Response Due
June 22, 2001
Point of Contact
Georgann Butler, Contracting Officer/Contracting Specialist, Phone (816) 823-4918, Fax (816) 823-2096, Email georgann.butler@gsa.gov
E-Mail Address
Georgann Butler (georgann.butler@gsa.gov)
Description
Architectural-Engineering (A-E) Design Services are required for the proposed critical systems improvements, space alterations, and building modifications necessary to convert the existing Federal Building at 811 Grand, Kansas City, MO, from a United States Courthouse building to an office building that provides a quality work environment for multiple federal agency tenants. The design should balance the needs of a historic structure with those of a modern functioning building; carefully integrating engineering systems and new technology within the historic fabric of the building. It is desired to maintain a respect for the past while making a commitment to the future and to achieve flexibility and adaptability in both space planning and engineering systems. The building was constructed in 1939 and is currently vacant. It will remain vacant during construction. The building is approximately 364,000 GSF. All areas of the building will be impacted by the renovation. Scope includes, but is not limited to, demolition and renovation of existing spaces, roof replacement and exterior repairs, seismic upgrades, asbestos and lead paint abatement, mechanical and electrical system replacement/upgrades, building security upgrades, new telecommunications system, elevator modernization, ADA upgrades, modernization of interior spaces (conversion of courthouse space to office space), and historical renovation/preservation of existing courtroom(s), the main entrance lobby, and elevator lobbies throughout the building. There is a light well at the 8th and 9th floors that creates an opportunity to develop this space into usable outdoor or indoor space. As much as possible, the project shall be designed to meet the Silver standard as defined in the U.S. Green Buildings Council in Energy and Environmental Design (LEED) Green Building Rating System. The final design will be a balance between aesthetic, functional, and security issues. The estimated construction cost for this project will be approximately $44,000,000. The objective of the selection process is to select a renovation designer and a firm that exemplifies design excellence. Accordingly, this will be a two-stage selection process that will establish quality design as the initial level of selection and project team qualifications as the final criteria for selection. In this process, the lead architect and the associated architectural design firm that will, as a minimum, develop the design intent and conceptual design for this project is herein identified as the lead designer and the lead design firm. The slate selection process (initial level of selection) will result in a minimum of three and a maximum of five firms selected for interview and final selection. The Government recognizes the talent existing in smaller firms and encourages the contributions of new and innovative designers to public architecture. Stage I: Provide evidence that clearly demonstrates the capability to exemplify Design Excellence under the stated project conditions that will properly express the dignity and enduring presence of the United States Government. All documentation shall be on an 8 12_ X 11_ format. Offerors shall submit a SF 255 (for the _A/E Design Firm_) and SF 254 (for the _A/E Design Firm_), available at http://gsa.gov/forms/far.htm. Slate selection will be based on the design qualifications of the lead design firm and lead designer. No other information shall be submitted in the first stage. Selection shall be based upon: (1) Lead Designer Portfolio (35%): Submit photographs (before and after photos whenever possible and maximum of three per project) and a typewritten description (maximum one page per project) of three to five designs attributable to the Lead designer within the past five years. Demonstrate evidence of sophisticated solutions to complex problems, responsive design with regard to programmatic requirements and owner constraints (budget and schedule) and successful comparable projects. Discuss the salient features of each design and how the design was cost effective (both in terms of construction and maintenance), functional, and aesthetically appropriate. (2) Lead Design Firm _s Past Performance on Design (25%): For the lead design firm, submit photographs (maximum of three per project) and a typewritten description (maximum of one page per project) for five designs contracted for in the past ten years (include tangible evidence -- affidavits, certificates, publication notices, awards, peer recognition, etc.) demonstrating design excellence. Include any evidence of client and/or end-user satisfaction. (3) Lead Designer_s Design Approach/Philosophy (25%): In the lead designer_s words, using the maximum of three typewritten page, state your overall design approach to the challenge of resolving the complexity of design issues inherent in this project, parameters of design that apply to this project, philosophy of renovating a building that relates to the design fabric of the downtown community of Kansas City, MO; partial solutions should not be addressed at this time. (4) Lead Designer Profile (15%): For the lead designer on this project, submit a biographical sketch including education, professional experience and registration(s) (including renovations of historic buildings), recognition for design efforts and description of areas of responsibility, and commitment to this project. A pre-submittal meeting (attendance is not mandatory) to discuss project objectives will be held at the Charles Evans Whittaker Courthouse, 400 E. 9th Street, 2nd floor conference room C, on May 30, 2001 at 9:00A. A tour of the Federal Building will follow the pre-submittal meeting. In order to attend, each design firm must contact Cy Houston at (816) 823-2252 by close of business on Friday, May 25 for information and reservations. A maximum of two representatives from the Lead Design firm may attend. A small information packet will be available to those who attend the meeting, and those interested but not in attendance. The packet will not be distributed prior to the meeting. Stage II: Following slate selection, the successful Offerors will develop the complete project team and submit SF 255 and SF 254_s which reflect the entire project team. It is not necessary to re-submit information submitted in the slate selection process. The Government will establish the date these submittals are due, and will provide new selection criteria for the interviews and final selection. Interviews will be conducted in Kansas City, Missouri. This selection is open to prime A/E firms within the United States; however, one of the Stage II evaluation criteria factors will be whether the prime A/E firm and the lead architectural designer, if not employed by the prime firm, have active and existing design production offices within the designated geographical area consisting of the State of Missouri. In developing the project team, to receive the maximum score for this geographic factor, the Architect/Engineer firm(s) must demonstrate that at least 35% of the Architect-Engineer contract services (based on total contract price) will be accomplished within the designated geographical area established for this project. If no such office exists prior to award of the Architect Engineer contract, the selected firm(s) will be required to establish production capability within the designated geographic area within 45 calendar days after award of the Architect Engineer contract. This designated geographic area factor will carry a maximum weight of 5% of the total weight of all evaluation criteria in Stage II. The scope of A-E services under this proposed contract may include, but are not limited to the following: programming and space planning; survey of existing conditions; presentation drawings; computer 3-D modeling; presentations for client and historical preservation agencies; energy conservation and LEED analysis; development of housing and phasing plans; architectural and engineering design and development of plans and specifications; value engineering; cost estimating; interior design; acoustic engineering; security design; testing lab services; code compliance; studies and reports; other design and testing procedures common in the construction industry; bidding phase services; shop drawing reviews; management and inspection services during construction, and preparation of record documents. It is currently anticipated that the A/E contract will be structured with the base fee for design phases through and including the design development phase. Construction Documents (working drawings) for the historic preservation work will also be included in the base contract. The Design Development documents for the remainder of the building will be the basis of a design build construction contract in which the Construction Contractor will be responsible for preparation of the construction documents. The design development documents will create generic open office space throughout the building. The construction document phase for this A/E contract will consist of assisting GSA with design reviews and code reviews. The contract will be structured with Options for Tenant Fit-Out design, Bidding Services, Construction Administration, Construction Management and Inspection, and Record Documents. The successful offeror is advised that the Government intends to propose the use of the partnering process during the design and construction of this project. Drawings shall be created and submitted in native AutoCAD release 14 format or latest version in use by GSA. Drawings created in other CAD programs and then translated into AutoCAD are not acceptable. Formatting for electronic drawings shall be per GSA standards. Specifications, reports, databases, and similar items shall be submitted in native MSOffice 97 format, or latest version, in use by GSA. The firm/joint venture shall update software versions at their own expense at the request of the Government. To be considered, responses (3 copies) to this notice (Stage I) must be delivered by 2:00 p.m. CST June 22, 2001 to the General Services Administration, Office of Business Support Services (6ADB), 1500 East Bannister Road, Room 1161, Kansas City, MO 64131-3088. Firms wishing to be considered must submit completed 254_s and 255_s and other pertinent information as required above. When responding to this announcement, offerors should fully address their capability with regard to each of the above stated minimum requirements and evaluation factors. A follow-up announcement shall be placed in this publication containing a list of the firms considered to be the most highly qualified. Award of this contract is contingent upon the receipt of design funds and negotiation of a reasonable fee. This is not a request for a fee proposal. A-E firms will not be reimbursed for expenses or efforts under Stage I and/or Stage II submissions. 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 gross average over three 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 other 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. Contract will be procured under the Brooks act and F.A.R. 36. Award of this contract is contingent upon availability of funds. For additional information regarding procurement procedures, contact Georgann Butler, GSA Contracting Officer at (816)
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=GS06P01GZC0502&L=535)
Record
Loren Data Corp. 20010510/CSOL001.HTM (D-128 SN50L5L4)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on May 8, 2001 by Loren Data Corp. -- info@ld.com