Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 2,1996 PSA#1586

GENERAL SERVICES ADMINISTRATION, PBS,26 FEDERAL PLAZA,,NEW YORK,NY 10278-009 0

C -- A-E SVCS. RENOVATION & ALTERATION SOL GS-02P-96-DTC-0047 DUE 060696 POC Contact,Gayle Schuster,212/264-2825,Contracting Officer,Joan Betts,212/264- 9486 The General Services Administration (GSA, Northeast and Caribbean Region, New York) announces an opportunity for Design Excellence for Architect/Engineering Services for major renovation and alteration of the Internal Revenue Service Center, 1040 Waverly Avenue, Holtsville, New York. The project involves HVAC modernization; installation of building automation system for HVAC and lighting; electrical system modernization; fire alarm system upgrading; lighting protection system upgrading; interior remodeling including new access floor system, new floor covering, new ceilings and lighting, interior partition and door changes; restroom remodeling including handicapped accessibility; kitchen and serving area renovation; replacement of windows and entrance doors; roof repair; improvements to exterior walkways, roadways, and outdoor parking areas, replacement of storm drainage system, new asphalt paving, and new exterior lighting; seismic work on equipment and concrete block walls for life safety; and incidental asbestos abatement. The project will be designed and constructed in metric units. Services include Pre-Design, Design, Construction Inspection (optional), As-Built Drawings (optional) and Post Construction Contract Services (optional). Estimated construction cost range is $25,000,000 to $30,000,000. Project Number is INY96401. A/E design services will require preparation of drawings specifications, cost estimate scheduling and provision for inclusion of optional Construction Inspection, optional As-Built Drawings and optional Post Construction Contract Services. Consideration is limited to firms having an active design production office located within Suffolk County, Nassau County, or the five boroughs of New York City, Manhattan, Queens, the Bronx, Brooklyn, or Staten Island. At least one member of any joint venture must have an existing active design office within the geographic location, capable of performing the work required under this solicitation. Joint ventures will be considered and evaluated based upon a demonstrated interdependence of the members to provide a quality design effort and having the capacity to follow through on all phases of the project. The A/E selection will be completed in two stages as follows: STAGE I: The first stage will establish the Architectural experience and capabilities, and the Mechanical, Electrical, Structural, and Civil Engineering experience of the ''lead A/E Design Firm''. In the FIRST STAGE, a short list minimum of three (3) A/E Design Firms will be selected for the project. The short list will be based on the A/E Design firms' submittals in response to this Request for Qualification (RFQ). The A/E Design firm will provide specific evidence of its capabilities to deliver design excellence, and will express its design philosophy. Qualifications submitted by each firm will be reviewed and evaluated based on the following CRITERIA: (1) PAST PERFORMANCE ON DESIGN (40%) The Design Firm shall submit 8'' x 10'' graphics (maximum of three projects) and a typewritten description (maximum of one page per project) of projects similar in size and scope completed within the past 10 years. The three (3) projects shall demonstrate architectural, electrical, mechanical and structural engineering design accomplishments. A minimum of (1) project shall demonstrate roof design accomplishments for a roof of at least 9,000 contiguous square meters. At least one project shall have been accomplished in a partially occupied building. The narrative shall address the design approach for and the features of each project (include tangible evidence where possible i.e. certificates, awards, peer recognition etc. demonstrating design excellence.) (2) PHILOSOPHY AND DESIGN INTENT (25%) In the lead designers' words (maximum of two typewritten pages each for architectural, electrical, mechanical and structural engineering disciplines). (3) LEAD DESIGNERS (ARCHITECTURAL) PORTFOLIOS (20%) Submit typewritten description (maximum of one page per project) of two (2) designs which involved the above specified disciplines, completed in the past 10 years, attributed to each lead designer. Narratives shall include a discussion of design challenges, resolutions, and 8'' x 10'' graphics (maximum of three per project). (4) LEAD DESIGNERS (ARCHITECTURAL) PROFILES (15%). Submit a biographical sketch including education, professional experience and recognition for design efforts on similar projects. This should include no more than one typewritten page. Do not submit photographs. Identify and describe areas of responsibility. (SUBMIT FORM 254 AND 255 FOR LEAD A/E FIRM ONLY) STAGE II. In this stage the entire project TEAM, including the A/E Design Firms selected in the first stage, 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 and 255's which reflect the entire project TEAM. The Government will establish the criteria and the date these submittals are due and provide the selection criteria for the interviews and final selection process, with the Stage I short list announcement published in the CBD. A brief period will be provided for the A/E Design Firms to establish full project teams. Responses must include SF-254 for all joint venture members and/or consultants and a composite SF-255 for the proposed team. If the ''A/E design firm'' is comprised of a partnership, corporation, joint venture or other legal entity permitted by law to practice architecture or engineering, a complete description of the proposed internal responsibilities of the components must be included in both the Stage I and II submittals. A complete scope of work may be obtained from Gayle Schuster, Contract Specialist, at 26 Federal Plaza, Rm. 1639, New York, NY 10278. A pre-submittal meeting will be held on Wednesday, May 15, 1996, at the IRS Service Center, 1040 Waverly Avenue, Holtsville, New York at 10:30 A.M. Pre- registration for the pre-submittal meeting is required for all attendees. You may call Gayle Schuster at (212) 264-2825 to pre-register. Before award of the contract, the A-E (if not a small business of $2,500,000 gross average sales receipts for the past three years) shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of it's commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established subcontracting goals of 32 percent for Small Businesses, 6 percent for Small Disadvantaged Businesses, and 3 percent for Small Woman-Owned Businesses. In support of the agency's efforts, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above goals. The use of subcontractor consultants will be reflected in a Small Business Subcontracting Plan to be submitted with the Stage II submittal and included in the contract. Firms must also provide a brief written narrative of outreach efforts made to utilize Small, Small Disadvantaged and Small Woman-Owned business concerns during Stage II. The narrative shall not exceed one typewritten page. An acceptable subcontracting plan must be agreed to before contract award. Small, Small Disadvantaged and Small Woman-Owned firms are strongly encouraged to participate as prime contractors or as memeber 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 possible with Small, Small Disadvantaged and Small Woman-Owned firms as part of their ORIGINAL SUBMITTED TEAMS. A draft contract will be furnished to all firms being interviewed. The A-E firm selected will be required to furnish to the Contracting Officer preliminary salary rates and overhead rate(s) within 14 calendar days of notification. A-E Firms having the capability to perform the services described in this announcement are invited to respond by submitting completed SF 254's (for the Stage I ''A-E Design Firm'') which must be dated no more than twelve months before the date of this synopsis, and a SF-255 (for Stage I ''A-E Design Firm'') along with a letter of interest. Please Note: In Block 8 of the SF-254, specify only current payroll (non-contract) personnel of each firm. In Block 10 of of the SF-255, the A-E firm MUST sign (name and title), and date the submittal. Submission shall be mailed to General Services Administration, Program Support Division, 26 Federal Plaza, Room 18-130, New York, NY 10278 by June 6, 1996, 4:30 P.M., Local Time. The following information MUST be on the outside of the sealed envelope. 1) Solicitation No.: GS-02P-96-DTC-0047(N)/Title : Renovation and Alteration, IRS Customer Service Center, Holtsville, New York. 2) Due Date: June 6, 1996. 3) Closing Time: 4:30 P.M. SUBMISSIONS DELIVERED TO THE ISSUING OFFICE WILL NOT BE ACCEPTED. Award of this contrat is contingent upon funding approval. This is not a Request For Proposal. (0121)

Loren Data Corp. http://www.ld.com (SYN# 0021 19960501\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page