Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5, 2001 PSA #2929
SOLICITATIONS

C -- NEW COURTHOUSE IN LAS CRUCES, NM

Notice Date
August 31, 2001
Contracting Office
General Services Administration, Public Buildings Service (PBS), Western Area, Austin/El Paso District (7PWE), 819 Taylor Street, Room 12A15, Fort Worth, TX, 76012-6105
ZIP Code
76012-6105
Solicitation Number
GS-07P-01-UHC-XXXX
Response Due
September 30, 2001
Point of Contact
Lisa Byrd, Contracting Officer, Phone (817) 978-2714, Fax null, Email lisa.byrd@gsa.gov
Description
CBD ANNOUNCEMENT FOR THREE PHASE A/E SELECTION PROCESS C-Architect Engineer Services Solicitation #GS-07P-01-UHC-XXXX,=20 Las Cruces, NM =20 The General Services Administration (GSA) announces an opportunity for Design Excellence in public architecture for performance of Architectural-Engineering Design=20 for a new, U. S. Courthouse in Las Cruces, NM in accordance with GSA quality standards and requirements. The Government desires this building to be an appropriate addition to the Central Business District of the City of Las Cruces. The design should be an expression of the American architectural tradition and a visual testimony to the dignity, enterprise, vigor and stability of the American Government, while still focusing on the rich and diverse culture inherent to the City of Las Cruces, as well as the great State of New Mexico. The design of the Courthouse and its associated site plan shall relate to the scale and massing of the adjacent historic structures, the pedestrian character of the historic district and the historic block pattern of the original townsite. The building is approximately 205,000 gross square feet, including 81 parking spaces, at a proposed site location in Las Cruces, NM, GSA Greater Southwest Region, Solicitation No. GS-07P-01-UHC-XXXX. The Estimated Construction Cost range is $40-50 million. The facility will be designed in metric units. =20 The scope of work will require at a minimum: metric construction drawings, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD) and post construction contract services (PCCS) for a courthouse facility that includes the construction of a new building and related systems, site development, client program requirements, and sustainable features. The building is also to include the GSA design standards for secure facilities. 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. =20 The Lead Designer is the individual or design studio that will have primary responsibility to conceive the design concept and the building's architecture. The A/E Firm must address the contractual relationship with the Lead Designer and its ability to manage the design and production of construction. While not required for selection purposes, the firm who is eventually awarded this design contract must identify a project team in which at least 35%=20 of the level of contract services will be performed by a firm with offices located within a three hunded (300) mile radius of the City of Las Cruces including the States of Texas or New Mexico. 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 three 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" 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 consultants is not required at this stage. In Stage One, firms are not required to establish a partnership with a "local firm" (one with offices located in Texas or New Mexico and within 300 miles of Las Cruces) but firms should note the Evaluation Board will allocate up to 5% of the total points available to firms meeting that geographic definition. Submission requirements and evaluation criteria:=20 (1) Past Performance on Design (35%): The A/E Firm will submit graphics (maximum of three pages per project) of not more than five new construction projects completed in the last ten years. The narrative (maximum of two pages per project) shall 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 (20%): In the Lead Designer's words, (maximum of two typewritten pages) state his/her overall design philosophy and approach to the challenge of public architecture, issues, and parameters that may apply in creating a state-of-the-art headquarters office building in an urban neighborhood environment. (3) Lead 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 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 three new construction 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, 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. (5) Geographic Location (5) While firms are not required in Stage One to establish a partnership with a "local firm"=20 (one whose principal office is located in Texas or New Mexico and within 300 miles of Las Cruces) firms should note the Evaluation Board will allocate up to 5% of the total points available to firms or partnerships meeting that geographic definition. =20 An A/E Evaluation Board consisting of private-sector peers, and representatives of the client and GSA will evaluate the submissions. The Board will establish a short-list of three to six firms. =20 (2) 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,=20 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 firms that will be invited to participate in Stage III. In the Stage II evaluation, firms or partnerships that include a local firm (as defined above) as part of their design team will be eligible for up to 5 points (5) based on the discretion of the Evaluation Board. (3) For Stage III, a minimum of three firms will be invited to participate in Stage III,=20 and will be further evaluated by an anonymous design competition, judged by a jury of independent design professionals. The purpose of the design competition is to further evaluate the A/E's qualifications for this project by evaluating the design merits of each designer's "vision" for this specific project. The design vision for this A/E selection shallinclude both a vision for the new structure as well as a vision for re-cladding the existing structure (to be accomplished as a follow-on project). The design competition proposals will be used in conjunction with Stage I and Stage II rankings in the final evaluation of the A/E Firms. The designer's "vision" will weigh substantially in the final A/E Team selection by the GSA. The submitted design concepts become the property of the Government and may or may not be the basis, whole or in part, for the development of the final building design. =20 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, ATTN: Lisa B. Byrd (7PWE), 819 Taylor Street, Room 12A01, Fort Worth, TX , 76102, by 3:00 PM local time on October 5, 2001. Please provide seven (7) copies of all requested information. 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 52.214-7. 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. 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. This is not a Request for Proposal. Pre-submittal conference will be held in the Runnels Federal Building/Courthouse at=20 200 E. Griggs, Las Cruces, NM on Thursday, September 18, 2001 at 10:00a.m.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/GSA/PBS/7PWE/GS-07P-01-UHC-XXXX/listing.html)
Record
Loren Data Corp. 20010905/CSOL002.HTM (D-243 SN50W5X0)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on August 31, 2001 by Loren Data Corp. -- info@ld.com