|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 3,1998 PSA#2066General Services Administration, PBS,26 Federal Plaza, Room 1639, New
York, NY 10278 C -- ARCHITECT AND ENGINEERING SERVICES SOL GS02P98DTC0059(N) DUE
060998 POC Gayle Schuster, Contract Specialist, (212) 264-2825, Joan
Betts, Contracting Officer, (212) 264-9486 The General Services
Administration (GSA), Northeast and Caribbean Region, New York,
announces an opportunity for Design Excellence in Architecture /
Engineering services as required for a New U.S. Mission to the United
Nations. The existing facility consisting of an office tower,
auditorium wing, connecting service core and a basement with five
parking spaces will be demolished. The existing gross area is 9 059 m2
. The estimated total construction cost for demolition ranges between
$3,000,000 and $4,000,000. The new United States Mission to United
Nations will contain an occupiable area of 9 986 m2, a gross area of 13
128 m2, a motor pool facility for 4 vehicles plus 10 indoor parking
spaces. The General Services Administration desires this complex to be
placed on the existing site, within the context of the community. It
should reflect an appropriate expression of the American architectural
tradition, and be a visual testimony to the dignity, enterprise, vigor
and stability of the United States of America. The estimated total
construction cost ranges between $38,000,000 and $41,000,000. The
Design will include, but is not limited to, demolition, structural,
interior construction, plumbing, HVAC, vertical transportation, fire
protection, electrical system, lighting and power, special systems
(emergency generator, UPS, security, communication and data systems,
energy management system), and site work. The existing facility
contains hazardous material requiring abatement. The Scope of services
under this Firm Fixed Price Contract includes, but is not limited to:
Predesign survey of existing conditions, programming studies;
presentations to client; energy conservation analysis; development of
housing plans and support for the relocation of the existing occupants
into swing space, complete architectural and engineering design,
preparation of specifications, CADD drawings, scheduling, value
engineering, cost estimating, construction phasing and space planning,
interior design, optional post construction contract services (PCCS),
optional construction phase inspection services, optional as-built
drawings, and other related services. The project will be designed and
constructed in metric units. The A-E selection will be completed in
two stages as follows: STAGE I: The first stage will establish the
Architectural capabilities of the "Lead Design Firm." In the FIRST
STAGE, a minimum of three (3) Design Firms will be short-listed for
further consideration. The short list will be based on the Design
Firms' Stage I submittals in response to this Request For Qualification
(RFQ). The 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 [45%]. The firm shall submit 8"x 10" graphics (maximum of two
graphics per project) (maximum of three projects) and a typewritten
description (maximum of one page per project) of new construction
projects completed by the firm within the past 10 years. The three (3)
projects shall demonstrate architectural design accomplishments. The
narrative shall address the design approach for the features of each
project (include tangible evidence where possible i.e. certificates,
awards, peer recognition etc. demonstrating design excellence) and
address how site constraints were satisfied by the design. (2)
PHILOSOPHY AND DESIGN INTENT [40%]. In the designer's words,
encompassing the following (maximum of two typewritten pages for items
A-F), state your: A) Overall design philosophy. B) Approach to the
challenge of resolving design issues. C) Professional responsibility as
key designer. D) Philosophy of creating a federal facility E)
Philosophy on determining the design parameters, and F) Philosophy on
determining how Art in Architecture can be integrated in this project.
(3) LEAD DESIGNERS (ARCHITECTURAL) PROFILES [15%]. Submit a
biographical sketch including education, professional experience and
recognition for design efforts on similar projects. Identify and
describe areas of responsibility. SUBMIT SF 255 AND 254 FOR THE LEAD
Design 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. Responses
must include Standard Form 254 for all Joint Venture members and/or
consultants and a composite Standard Form 255 for the proposed 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 period of 14 calendar days will be
provided for the A-E Design Firms to establish full project teams and
prepare their narrative response. Consideration for this project is
defined as follows: The lead A-E must have an active design production
office located within a seventy five (75) mile radial distance from
Columbus Circle, New York, NY. If the Lead Design Team and Working
Drawings Productions Team are separate entities the GSA shall require
that both entities enter into a single contract with the GSA. Internal
working agreements as well as entities such as Joint Ventures,
Partnerships, or any other legal entity permitted to practice
architecture or engineering will be allowed and must be submitted to
the GSA for review within forty five (45) days of the notification of
selection. A complete description of the proposed internal
responsibilities of the components must be included in both the Stage
I and Stage II submittals. A complete Scope of Work may be obtained
from Gayle Schuster, General Services Administration, Public Buildings
Service, Property Development Division, Contracts Branch, Room 1639,
26 Federal Plaza, New York, NY 10278. A pre-submittal meeting will be
held on May 12, 1998 at 10:00 A.M. at the Court of International Trade,
1 Federal Plaza, New York, NY. For further information or to register
for the pre-submittal meeting, contact Gayle Schuster at 212-264-2825.
Before award of the contract, the A-E (if not a small business of
$2,500,000.00 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 Woman-Owned Small
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 Business, Small Disadvantaged Business and Women-Owned Small
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 Business, Small Disadvantaged Business and
Woman-Owned Small Business firms are strongly encouraged to participate
as a prime contractor or as a member of a joint venture 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
Women-Owned Small Business firms as part of their ORIGINAL SUBMITTED
TEAMS. A draft contract will be furnished to all firms being
interviewed during Stage II. The A-E firm selected will be required to
furnish to the Contracting Office preliminary salary rates and
overhead rate(s) within 21 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
(form 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 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 9, 1998, 4:30
Local Time. The following information MUST be on the outside of the
sealed envelope. 1) Solicitation No.: GS-02P-98-DTC-0059(N)/Title: New
U.S. Mission the United Nations, 799 United Nations Plaza, New York,
NY. 2) Due Date: June 9, 1998. 4) Closing Time 4:30 P.M. SUBMISSIONS
DELIVERED TO THE ISSUING OFFICE WILL NOT BE ACCEPTED. Award of this
contract is contingent upon funding approval. This is not a Request for
Proposal. (0090) Loren Data Corp. http://www.ld.com (SYN# 0029 19980403\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|