Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 15,1995 PSA#1284

GSA, 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