Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 16, 2001 PSA #2979
SOLICITATIONS

C -- THE MODERNIZATION OF THE RICHARD B. RUSSELL FEDERAL BUILDING & U. S. COURTHOUSE

Notice Date
November 14, 2001
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (4PCB), 401 West Peachtree Street, Atlanta, GA, 30365
ZIP Code
30365
Solicitation Number
GS-04P-02-EXC-0007
Response Due
December 19, 2001
Point of Contact
Laurie Chestnut, Contract Specialist, Phone (404) 331-4386, Fax (404) 730-9648, Email laurie.chestnut@gsa.gov -- Laurie Chestnut, Contract Specialist, Phone (404) 331-4386, Fax (404) 730-9648, Email laurie.chestnut@gsa.gov
Description
The General Services Administration (GSA) announces an opportunity for Design Excellence in public architecture for performance of Architectural-Engineering Design for the renovation of the Richard B. Russell Federal Building and U. S. Courthouse in accordance with General Services Administration (GSA) quality standards and requirements. The building is approximately 992,569 gross square feet without parking, and approximately 1,281,446 gross square feet including the 387 interior secure parking spaces and 30 exterior spaces. The building will be occupied by: the District and Magistrate Courts, U.S. Probation, U.S. Pretrial Service, U.S. Attorney, U.S. Marshal Service, Public Defender, Senate Offices, and other Federal agencies. The proposed scope of work includes expansion of the Magistrate Courts facilities, the U.S. Marshal Service offices, and upgrades and enhancements of some U.S. District Courtrooms. The work also includes exterior window rehabilitation, complete renovation of public restrooms and elevator lobbies, re-design and complete renovation of the plaza, updating HVAC systems and fire alarm systems and controls. The Estimated Construction Cost range is $25,000,000 to $30,000,000. The scope of work will require at a minimum: construction drawings, specifications, cost estimates, computer-aided design and drafting (CADD) and post construction contract services (PCCS option to be exercised at a later date) for modernization of an existing Federal Building and Courthouse constructed in 1979. The facility must be designed to meet the energy goals established by GSA. The building is also to include the GSA design standards for secure facilities, the Courts Design Guide requirements, the United States Marshals design requirements, the United States Attorney?s Office design requirements, and any other agency specific guidelines as part of the design. 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 a firm, association, joint venture partnership or other entity that will have contractual responsibility for the project design. 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 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 within the state of Georgia. The office/s meeting this 35% requirement must have an active production office/s within the designated area listed above established at least 90 days prior to the date of this announcement. For Stage II, as a member of the A/E team, the ?Architect of Record? must be identified. The Architect of Record must be licensed in the state of Georgia. The required license must be in place at all times during the selection process and, (for awardee), throughout the duration of the contract. 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? 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. Evaluation criteria: For Stage I (1) Past Performance on Design (35%): The A/E Firm will submit graphics (maximum of three pages per project) of not more than five projects completed through design (completed construction documentation) in the last ten years. The submitted projects should include a minimum of two renovation projects over $15 million. 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 with special emphasis on major modernization projects. (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 (30%): 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 projects with a minimum of two renovation projects of a minimum construction value of $10,000,000 completed through design 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. 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. 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 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 in an interview with the A/E Evaluation Board. Stage II rankings will be used in conjunction with the interviews to determine the selected A/E Team to be recommended by the A/E Evaluation Board to the GSA Selection Authority. The selected A/E Team will receive a written request for a cost proposal from GSA. For Stage I Submission Requirements. 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 a letter of interest To The Attention of: Laurie Chestnut, Contract Specialist, General Services Administration, Property Development Division (4PCC), 401 West Peachtree Street NW, Suite 2500, by 3:00 PM local time on December 19, 2001. Please provide three (3) copies of the complete submittal. Mrs. Chestnut is the point of contact and can be reached on 404-331-4368, 404-730-9643 (fax), laurie.chestnut@gsa.gov (email). The following information MUST be on the outside of the sealed envelope 1) Solicitation Number/Title, 2) Due Date and 3) Closing Time. Late responses are subject to FAR Provision at 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 this CBD announcement for STAGE I. In Block 11 of the SF-255, the A/E Design Firm MUST include signature, name, title and date of the submittal. Information requested by this announcement may include attachments to the SF255, referenced in the form itself. More detailed presentation of the requirements and process of the Architect-Engineer selection is found in The Design Excellence Program Guide that can be obtained from the following website: http://www.gsa.gov/pbs/pc/design_excell/frameset.htm=20 This announcement is in accordance with the Brooks Act and FAR Part 36. This procurement is open to small and large business concerns. Prior to award, the A/E Firm (if not a small business of $2,500,000 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, women-owned and hub-zone 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, disadvantaged, women-owned and hub-zone firms as part of their ORIGINAL SUBMITTED TEAMS. Following the Pre-Proposal Session, the General Services Administration (GSA) will host a Subcontracting Opportunities Networking Sessions for Small, Small Disadvantaged, Minority, Veteran, Woman-Owned and Hub-zone Business Concerns. The Networking Session is intended to affirm GSA?s recognition of the talent that exists in the Small Business Community and its commitment to opening a dialogue between that community and the firms which are considering bidding on this project as Prime Contractors. Prospective Small Business Subcontractors will be given an opportunity to network with the potential Prime Contractors and to showcase their special talents and abilities as qualified Subcontractors. Because GSA is not permitted to become involved in contractual relationships between Primes and Subcontractors, any contracts that may develop between potential Primes and Subcontractors as a result of this Networking Session will be strictly private arrangements made between the interested parties based on perceived ability and need. Questions about the Networking Session should be directed to either David Gibson, GSA?s Public Buildings Service Small Business Contact for this project is David Gibson, 404-331-2366 (telephone), davida.gibson@gsa.gov (email); or Pat Geisinger, GSA?s Small Business Technical Advisor, Office Of Enterprise Development, 404-331-3031 (telephone), pat.geisinger@gsa.gov (email). This is not a Request for Proposal.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/GSA/PBS/4PCB/GS-04P-02-EXC-0007/listing.html)
Record
Loren Data Corp. 20011116/CSOL001.HTM (D-318 SN513000)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on November 14, 2001 by Loren Data Corp. -- info@ld.com