MODIFICATION
C -- Architect-Engineer Services for the Modernization of the Lafayette Building
- Notice Date
- 6/28/2004
- Notice Type
- Modification
- NAICS
- 541310
— Architectural Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, DC, 20407
- ZIP Code
- 20407
- Solicitation Number
- GS11P04MKC0038
- Response Due
- 7/28/2004
- Point of Contact
- Christine Kelly, Contracting Officer, Phone (202) 205-5862, Fax (202) 260-7650, - Priscilla Chaney, Contract Specialist, Phone (202) 260-3390, Fax (202) 708-4964,
- E-Mail Address
-
christine.kelly@gsa.gov, priscilla.chaney@gsa.gov
- Description
- The modification posted on June 25, 2004 is in error. Delete in it's entirety and replace with the following: Notice of Short Listed Firms Solicitation No. GS-11P-04-MKC-0038, A-E Design Services for the Modernization of the Lafayette Building, Washington, DC. Please reference previous FEDBIZOPPS notice posted on April 5, 2004. On May 12, 2004, submittals for Stage I qualifications (lead designers evaluation) were received from 27 firms. The Evaluation Panel, using the criteria set forth within the synopsis referenced above has short- listed the following six (6) firms with lead designers for the Stage II Evaluation Phase: (1) Beyer Blinder Belle Architects and Planners with Joseph Loring & Associates; (2) DMJM with Flack + Kurtz; (3) Holabird & Root with Wiley & Wilson; (4) Shalom Baranes Associates with Vanderweil Engineers; (5) VOA Associates Inc. with GHT Limited Consulting Engineers; and (6) Westlake Reed Leskosky with Gensler. In STAGE II, the entire project TEAM, including the A-E Design Firms Selected above in the Stage I, their designated Lead Designers, and ALL the Consultants who will work on the project will be evaluated. The A-E Design firms will submit Standard Forms 254 (not previously submitted in Stage I) and 255 which reflect their entire proposed project Team. The government has determined the following Design Service Disciplines are to be included: Architectural, Mechanical, Electrical, Interior Design, Historic Preservation, Space Planning and Programming, Fire Protection and Life Safety, Structural, Geotechnical, Civil Engineering, Security, Lighting, Acoustics, Cost Estimating, Hazard Materials (including asbestos, lead, and PCB abatement) and Construction Phase A-E Inspection Services. The Stage II Evaluation Criteria for final selection are as follows: I. Team Design Performance (40%). The A-E firm shall submit two (2) project examples that demonstrate experience and competence in building modernizations that are similar in complexity to the Lafayette Building Project. Provide the name, address, telephone and fax number of client contacts for the submitted projects. The two example project submissions shall also be presented at the interview. (A) Demonstrate experience on two completed renovations projects. (B) Demonstrate understanding of client budget, program and schedule. (C) Demonstrate experience, understanding and capabilities to implement mechanical and electrical systems as well as architectural modernization with historic preservation, that results in the design of a high quality work environment; builds in design flexibility, to accommodate future changes and conversions of space (with a mixture of closed office space and an open office plan); is durable; is readily maintainable. (D) Designs demonstrate a consistently high level of exploration, rigor and personal commitment to design excellence. (E) Experience in employing sustainable design concepts. II. Team Organization and Management Plan (40%). (A) The Management Plan expresses the lead designer and the A-Es role and design approach towards the design delivery process. Explain how the team will efficiently gain approvals of the various governmental and external review agencies. (B) The Management Plan clearly identifies key roles and lines of communication along with coordination between the various disciplines, to assure integration of the client's requirements and input. (C) Demonstrate the Team's management philosophy that assures continued awareness of design goals and client needs. Demonstrate that proposed Architect/Engineer (A/E) Team can work together successfully, with a history of dedication to clients with complex building modernization projects. (D) Demonstrate the commitment of Lead Designers to this project during design and also their continued commitment during the entire project, through construction and commissioning . (E) The Management Plan explains steps to ensure cost and quality control into the final design documents as defined in the GSA Facilities Standards for the Public Buildings Service (PBS-P100). (F) The A-E team must demonstrate a pro-active effort to achieve the subcontracting goals in their Subcontracting Approach in accordance with Public Law 95-507 and FAR 19.7. The goals for this project are small business 30%, small disadvantaged business 10%, woman-owned small business 5%, veteran-owned small business 2%, service-disabled veteran-owned small business 2%, and HUBZone small business 2%. III. Professional Qualifications (15%). The A-E team demonstrates that members have the individual qualifications and experience in managing and designing major modernization projects. IV. Geographic Location (5%). (A) The A-E team must demonstrate that all communications, controls, and at least 35% of the A-E contract services will be accomplished within the following geographic boundaries: the area includes the District of Columbia; the City of Baltimore, the Counties of Montgomery, Prince Georges, Howard, Anne Arundel, and Baltimore in Maryland; the Cities of Alexandria, Falls Church, Fairfax, and Manassas, and the Counties of Arlington, Fairfax, Prince William and Loudoun in Virginia. (B) Explain how key designers, not located within the geographic boundaries of the National Capital Region, will provide on-site services. The above short listed A-E Firms are required to submit for STAGE II, completed SF 254s (for the ALL Team firms), which must be dated not more than twelve (12) months before the date of this synopsis, and a SF 255 (for the entire A-E Design FIRM/TEAM) to: General Services Administration, BID Room 1065, 7th & D Streets SW, Washington, DC 20407, on Wednesday, July 28, 2004, by 3:00 PM local time. In Block 10 of the SF255, the "A-E Design Firm" MUST respond to the four STAGE II EVALUATION CRITERIA stated above in this announcement. In Block 11 of the SF255, the "A-E Design Firm" MUST sign, name, title and date the submittal. The procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 19.10). This procurement is open to small and large business concerns. Before award of the contract, the A-E, if not a small business, (NAICS 541310 - Average gross of $4,000,000 over 3 years) shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. All large business firms are reminded that the successful firm will be expected to place subcontractors to the maximum practical extent with small and small disadvantaged firms as part of their ORIGINAL SUBMITTED TEAMS. Award of this contract is contingent upon funding approval. This contract is procured under the Brooks Act and FAR 36. This is not a Request for Proposal.
- Place of Performance
- Address: 811 Vermont Ave. NW, Washington, DC
- Country: USA
- Country: USA
- Record
- SN00611504-W 20040630/040628212459 (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 |