|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 15,1995 PSA#1284GSA, PBS Contracts,The Wanamaker Building,100 Penn Square
East,Philadelphia,,PA 19107-3396 C -- SUPPLEMENTAL TERM CONTRACT FOR FULL A/E SOL GS-03P-95-CDD-0132
DUE 032495 POC Contact,Gary Eberly,215/656-6124,Contracting
Officer,Gregory Wright,215/656 -6118 The General Services
Administration (GSA) announces an opportunity for design excellence in
public Architecture. This announcement is in regards to a supplemental
term contract for Full Architectural and related Engineering design
services for projects throughoutthe primary geographical area of
Philadelphia, Bucks, Montgomery, Chester, and Delaware counties of the
Commonwealth of Pennsylvania, and Sussex, Warren, Somerset,
Huntington, Mercer, Ocean, Burlington, Camden, Gloucester, Atlantic,
Salem, Cumberland, and Cape May counties of the state of New Jersey. In
addition, the Government, at its option, reserves the right to order
services in the remainder of the Commonwealth of Pennsylvania. Projects
under this contract will primarily be Architectural with related
Mechanical, Electrical,Fire Protection, and Code Compliance. Some
projects may involve incidental asbestos abatement, preparation of
feasibility studies, and construction monitoring. Repair and
alterations work will be for federal facilities that generally range up
to $1,600,000 in construction costs. The work will almost always
involve occupied buildings and may involve historically significant
structures. The scope of architectural services under this proposed
contract may include, but are not limited to, the following: pre-design
programming; site investigation; complete design services
(computer-aided design and drafting (CADD), including working drawings
and specifications - AIA Masterspec); cost estimating (Uniformat level
III/CSI Format); space planning; interior design; post construction
award services; and other related supplemental services if so requested
by the Government. The projects will be designed and constructed in
''hard'' metric, System Internationl (SI) units. Contract requirements
for each project submission are as follows: Autocad Release 12 or the
latest version for drawings; Microsoft Word 6.0 for specifications,
general correspondence and all written documents (reports); and
Microsoft Excel for all estimates. The above-referenced submissions
shall be submitted on 89mm double-sided high-density floppy disks and
hard copies. The objective of the selection process is to select an
architectural/engineering firm supported by highly qualified design
professionals who will produce reports, studies, and design documents
that exemplify professional and technical excellence. This will be a
two (2) stage selection process that will establish professional and
technical excellence of the prime firm at the initial stage of
selection, and project team (prime plus consultants) qualifications at
the second/final stage of the selection. Stage I: The first stage will
establish the design excellence capabilities of the architectural
design firm and its lead designer. The ''lead designer'' is the
individual or design studio who will have the primary responsibility to
conceive the design concept. This individual or studio is employed by
the architectural design firm; that is, the architectural firm,
partnership, corporation, association, or other legal entity which will
have contractual responsibility for the term contract. In the first
stage, a short list of a minimum of three (3) architectural design
firms will be selected for the project. The short list will be based on
the architectural design firms' submittals in response to this Request
for Qualifications (RFQ). The architectural design firm will provide
specific evidence of its capabilities to deliver Design Excellence and
will express its design approach and philosophy. If the architectural
design firm is a partnership, corporation, association, or other legal
entity, the proposed working and legal relationships between its
components is to be briefly described. The architectural design firm
will also identify its lead designer for the project. Interested firms
shall submit a letter of interest along with project qualifications.
Project qualifications submitted by each firm will be reviewed and
evaluated based on the following evaluation criteria: (1) Past
Performance on Design - For the architectural design firm, submit
''200mm X 250mm'' graphics (maximum of three per project) and a brief
description (maximum of one page per project) of not more than five
relevant designs completed within the past five (5) years. The
narrative shall address the design approach and salient features for
each project (include tangible evidence where possible such as
certificates, awards, peer recognition, etc. demonstrating design
excellence) and discuss how the clients' design, economic, and
operational objectives were satisfied by the design. (2) Philosophy and
Design Intent In the lead designer's words (maximum of one page), state
his or her overall design philosophy, approach to the challenge of
resolving design issues, and parameters that apply specifically to
alteration, preservation and renovation projects. (3) Lead Desinger
Profile - Submit a biographical sketch including education,
professional experience, and recognition for design efforts inclusive
of examples. Identify and describe areas of responsibility and
commitment under this term contract. A listing of the short-listed
firms selected for interview will be placed in this publication. Stage
II: Following slate selection, the short-listed firms will develop the
complete project team (prime plus consultants) and submit SF 255s and
SF 254s (November 1992 edition) for each consultant which reflect the
entire project team. It is not necessary to resubmit information
submitted in the Stage I selection process. The Government will
establish the date these submittals are due. During Stage II, the
selection board may wish to verify production capability of the prime
contractor's office located within the primary geographical area by
conducting office visits. Categories of evaluation criteria to be
applied in Stage II of the selection process in the order of importance
are as follows: (1) Past Performance & Experience of the entire project
team with similar or related projects - Describe projects which
demonstrate experience with projects of similar size and scope; (2)
Organization and Management - Evaluation will review office working
environment, history of collaboration and coordination between prime
firm and consultant firms, length of service with prime or consultant
firms of team members, and capability of the prime and consultant firms
to control budgets and schedules and to provide quality assurance; (3)
Personnel Qualifications - Team members will be evaluated on the basis
of their qualifications (education and professional certification or
licensure) and experience with similar projects; (4) Previous
experience and familiarity with federal goverment design standards and
procedures; and (5) Proposed involvement of minority owned firms.
Consideration will be limited to prime firms capable of providing a
minimum of 50% of architectrual services with in-house personnel in an
existing active design office in the primary geographical area.
Additionally, all consultants must have an existing office within the
primary geographical area. The firm must have previous experience in
the types of services outlined above and should be able to provide the
services on call throughout the primary geographical area. The
estimated earliest contract start date is 12/1/95. The contract will
consist of a base year plus four (4) one (1) year options. The contract
will include hourly rates for anticipated disciplines for use in
negotiating fixed price work orders. The Government will use the fixed
price amounts provided in the Supplemental Architectual-Engineer
Contract Look-Up Tables (basic design services) for pricing work
orders. These tables will be provided to the selected firm during
initial contract negotiations. It is the Government's intent to
incorporate the Look-Up Tables into the contract as a mandatory payment
provision. However, the Government reserves the right to award a
contract based on the negotiated hourly rates only. The maximum amount
to be expended under the contract is $750,000.00 per year. However,
the total value of work orders placed against this contract for any one
year may be exceeded by the Contracting Officer by up to 150% of the
cumulative fee of $750,000.00 per year for a maximum of $1,125,000.00.
Firms or joint ventures meeting the designated geographical
limitations and having the capabilities to perform the services
described herein are invited to respond by submitting materials as
described above for Stage I, along with a letter of interest
(identifying this announcement by number), to the office listed below
by close of business on the due date of March 24, 1995. This is not a
request for proposal. This procurement will be unrestricted under full
and open competition. SIC code 8712. General Services Administration,
Region 3, Philatlantic Realty Services District (3PPR), The Wanamaker
Building (Rm. 613), 100 Penn Square East, Philadelphia, Pennsylvania,
19107-3396, Attention: Gary Eberly (0044) Loren Data Corp. http://www.ld.com (SYN# 0021 19950214\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|