Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2002 FBO #0238
SOLICITATION NOTICE

C -- Design Excellence Selection for AE design (alteration, modernization and addition) to William K. Nakamura US Courthouse, Seattle WA

Notice Date
7/26/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Project Services (10PCPB), 400 15th Street, S.W., Auburn, WA, 98001-6599
 
ZIP Code
98001-6599
 
Solicitation Number
GS-10P-LTC-0075
 
Response Due
9/12/2002
 
Point of Contact
Patrick Brunner, Contract Specialist, Phone 253-931-7155, Fax 253-931-7308, - Patrick Brunner, Contract Specialist, Phone 253-931-7155, Fax 253-931-7308,
 
E-Mail Address
pat.brunner@gsa.gov, pat.brunner@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 alteration, modernization and addition to the existing federal courthouse for the U.S. Court of Appeals in accordance with GSA quality standards and requirements. The building is approximately 178,386 gross square feet, including 26 indoor parking spaces, at 1010 Fifth Avenue, Seattle, Washington, 98104-1195. GSA Region 10 Solicitation No. GS-01P-LTC-0075 The Estimated Construction Cost range is $30 to $40 million. The facility will be designed in metric units. The scope of work will require at a minimum: Metric design and construction documents, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD) and post construction contract services (PCCS) for an existing Federal Courthouse facility that includes the alteration, modernization, upgrading/replacing utilities and several building systems, adding an underground parking structure, site development as needed, and meeting client program requirements, sustainable and historic requirements of the site and building. The building is also to include GSA design standards for secure facilities. The site is within the downtown central business district, is on the National Registry of Historic Places, and occupies a full block bounded by Spring, Madison, Fifth & Sixth Avenue. This new project will be to preserve this historic federal courthouse and site while upgrading and modernizing it to reflect the current and future needs of the US Court of Appeals. 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 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 project team in Stage II. A/E firms are advised that at least 35% of the level of contract effort must be performed in the States of Washington, Oregon, or Idaho . 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. All documentation will be in an 8 1/2 x 11 format. The portfolio should include the following: a cover letter referencing the FBO 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. STAGE I submission requirements and evaluation criteria: (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, function, 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 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 or her participation in the project. An A/E Evaluation Board consisting of a private sector peer 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 firm 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 that 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 Board 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 select the winning A/E Firm. FOR STAGE ONE 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 not be dated more than twelve (12) months before the date of this synopsis and modified SF-255 (for the A/E Design Firm) along with letter of interest and the portfolio TO: Patrick Brunner, Contracting Specialist, GSA, 400 15th Street SW, Auburn, WA 98001-6599 for stage I submissions by 3:00PM PDT, September 12, 2002. A total of five (5) copies should be submitted. 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 FAR 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 FBO announcement for Stage One Solicitation. In Block 11of 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 $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, women-owned, and small disadvantaged 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 Proposal.
 
Record
SN00126699-W 20020728/020726213914 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.