COMMERCE BUSINESS DAILY ISSUE OF MAY 25, 2001 PSA #2859
SOLICITATIONS
C -- C -- SYSTEMS UPGRADE, FRITZ G. LANHAM FEDERAL BUILDING, = FORT WORTH, TX
- Notice Date
- May 23, 2001
- Contracting Office
- General Services Administration, Public Buildings Service = (PBS), Central Area II, Fort Worth (7PCO-FW), 819 Taylor Street, Room = 12A29, Fort Worth, TX, 76102-6105
- ZIP Code
- 76102-6105
- Solicitation Number
- GS-07P-02-UBC-0005
- Response Due
- June 25, 2001
- Point of Contact
- Teresa Thompson, Contracting Officer, Phone (817) 978-7084, = Fax (817) 978-2577, Email teresa.thompson@gsa.gov
- Description
- This is a modification to announcement published May 22, 2002. = Complete description follows: NAICS 541330. The General Services = Administration (GSA) announces an opportunity for Design Excellence in = public engineering for performance of Architectural-Engineering Design = for replacement of Electrical and Mechanical components and the = replacement of the existing fire alarm system in accordance with = General Services Administration (GSA) quality standards and = requirements. The building is approximately 787,000 gross square feet, = which is site located at Fritz G. Lanham Federal Building, 819 Taylor = Street, Fort Worth, TX. GSA Greater Southwest Region, Solicitation No. = GS-07P-02-UBC-0005, Project No. ITX00048. The Estimated Construction = Cost range is between $8 to 18 million. The Building was designed by = Wyatt C. Hedrick, Thomas E. Stanley and Wilson, Patterson, Snowden, = Dunlap and Eperly Architects and Engineers. It was dedicated in July = of 1966. The unique aspects of the architecture of this period should = be considered. The scope of work will require at a minimum: = construction drawings, specifications, cost estimates, value = engineering services, computer-aided design and drafting (CADD) and = post construction contract services (PCCS) for replacement of main = electrical equipment and switch gear, replacement of motor control = centers (MCC), starters and fan motors for Heating Ventilating and Air = Conditioning (HVAC) equipment. The design shall include sustainable = features. The design shall also include the GSA design standards for = secure facilities. The building will be completely occupied during the = construction phase. Therefore the design shall be phased so that the = tenants can complete their mission without interruption. This is a = Request for Qualifications (RFQ) of A/E Firms/Lead Designers interested = in contracting of 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 for the project = design. The A/E Firm must address the contractual relationship with = the Lead Designer and its ability to manage the design and production = of construction documents. In developing the project team, the A/E = Firms are advised that at least 35% of the level of contract effort = must be performed in the Dallas/Fort Worth metroplex area. The = government will not allow payment for travel, living expense, computer = time or hookups for the prime or the consultants. A Licensed Fire = Protection Engineer is required to perform the design for the Fire = Alarm System. 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. All documentation will be in an 8 1/2 inch x 11 = inch 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 Standard Form 254 (Architect-Engineer and Related = Services Questionnaire) and Standard Form 255 (Architect-Engineer and = Related Services Questionnaire for Specific Project). Identification = of consultants is not required at this stage. Identification and = qualifications of the Licensed Fire Protection Engineer will be = required for the Stage I submittal. Submission requirements and = evaluation criteria: (1) Past Performance on Design (35%): A. The A/E = Firm will submit a description (maximum of three 8 1/2 inch x 11 inch = pages per project) of not more than four to six repair and alteration = projects completed in the last ten years. Provide design and = construction completion dates. Photographs which show before and/or = after views of the project can also be submitted. A minimum of three of = the submitted projects must be multi-story buildings (minimum of 4 = stories) with a total construction cost exceeding $5 million. The = design work for the projects described by responding firms shall have = scopes which clearly demonstrate competence in engineering design for = office spaces, and mechanical, electrical and fire safety similar in = scope to that identified for the Fritz G. Lanham Federal Building. B. = The design work must include the involvement of either an in-house or = subcontracted registered fire protection engineer for at least 2 of the = projects described. C. Demonstrate evidence of sophisticated solutions = to complex problems (including phased construction in occupied = buildings) and how you responded to programmatic requirements and owner = constraints (budget and schedule). D. Discuss the salient features of = each design and how the design was cost effective, functional, and = attractive. 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. Ensure these = references are still available. (2) Philosophy and Design Intent (25%): = Provide a narrative statement, not exceeding two 8 1/2 inch x 11 inch, = describing the design approach, design considerations, philosophy, = goals and objectives regarding the proposed project. This narrative = should address design opportunities for this project and how it will be = influenced by the project's requirements and objectives. Include in = this discussion one to two projects that were renovated in a tenant = occupied building. This statement must be signed and dated by the = team's designated project manager. It must also be reviewed and signed = by the principals of each participating firm. (3) Profile (15%): For = each architect, engineer and other personnel on the Design Team, Submit = a biographical sketch (maximum of three pages) including education, = professional experience, registration, recognition for design efforts = inclusive of examples. Specifically identify the individual who will be = performing the estimating and the scheduling functions. Prepare a = matrix which shows for each of four to six projects, which members of = the proposed Design Team, including consultants, worked on which = projects, and their role on the project. (4) Lead 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 typewritten description (maximum of two pages per = project) of up to two new construction and two major repair and = alteration projects completed in the last ten years. The narrative = shall address the design philosophy with salient features for each = project and discuss how the client's program, functional, image, = mission, economics, 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. An A/E Evaluation Board consisting of private-sector = peers and GSA 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 = culminate with an interview with the A/E Evaluation Board. Stage II = rankings will be used in conjunction with Stage I rankings to determine = the final selection. For Stage I Submittals: Firms having the = capabilities to perform the services described in this announcement are = invited to respond by submitting a SF-254 (for the A/E Design Firm), = which must be dated not more than twelve (12) months before the date of = this synopsis, and a SF-255 (for the A.E Design Firm) along with letter = of interest TO: General Services Administration, 819 Taylor Street, = Room 12A29 (7PCO-FW), Fort Worth, TX 76102, Attention: Teresa Thompson, = by 3:00 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/Title, 2) Due Date, 3) Closing Time. Late = responses are subject to F.A.R. Provision 52.215-1. 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. 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 average over three years) shall be = required to present an acceptable Small Business Subcontracting Plan in = accordance with Public Law 95-507. Small, small disadvantaged, small = Hubzone, small veteran-owned and small 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 FAR 36. This is not = a Request for Fee Proposal.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/GSA/PBS/7PCOFW/GS-07P-02-UBC-0005/listing.ht= ml)
- Record
- Loren Data Corp. 20010525/CSOL004.HTM (D-143 SN50M9O3)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on May 23, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|